State Project No. H.011485 Table of Contents

290

Transcript of State Project No. H.011485 Table of Contents

STATE PROJECT NO. H.011485 TABLE OF CONTENTS

B-1

Page No. Title Sheet A-1 Table of Contents B-1 Notice to Contractors C-1 thru C-3 Special Provisions D-1 thru D-72 Supplemental Specifications: Failure to Complete on Time (10/18) E-1 thru E-3 Payment Adjustment (11/16) E-4 Master Proportion Table for Portland Cement Concrete (03/19) E-5 thru E-6 Female and Minority Participation in Construction (01/83) E-7 thru E-14 Specific Equal Employment Opportunity Responsibilities (06/84) E-15 thru E-20 On-The-Job Training (11/17) E-21 thru E-25 Required Contract Provisions, Federal-Aid Construction Contracts (05/12) F-1 thru F-12 DBE Participation in Federal Aid Construction Contracts (07/18) G-1 thru G-9 Minimum Wage Determination H-1 thru H-12 Technical Specifications I-1 thru I-145 Construction Proposal Information: Title Sheet J-1 Bid Bond K-1 Schedule of Items L-1 thru L-6 Construction Proposal Signature and Execution Form M-1 thru M-2

NOTICE TO CONTRACTORS (04/19)

C-1

Electronic bids and electronic bid bonds for the following project will be downloaded by the Louisiana Department of Transportation and Development (LA DOTD) on Wednesday, March 11, 2020. Paper bids and paper bid bonds will not be accepted. Electronic bids and electronic bid bonds must be submitted through www.bidx.com prior to the electronic bidding deadline. Beginning at 10:00 a.m., all bids will be downloaded and posted online at http://wwwapps.dotd.la.gov/engineering/lettings/. No bids are accepted after 10:00 a.m. The electronic bid download process is held in LA DOTD Headquarters Building, 1201 Capitol Access Road in Baton Rouge, LA, Room 404 A, and is open to the public. Visitors must check-in with the security desk in the first floor lobby. DBE GOAL PROJECT STATE PROJECT NO. H.011485 CONTROL SECTION NO. 056-04 FEDERAL AID PROJECT NO. H011485 DESCRIPTION: LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) NHS ROUTE ROUTE: LA 336-1 PARISH: ST. MARTIN LENGTH: 0.053 miles. TYPE: BRIDGE REPAIRS, EPOXY-URETHANE OVERLAY, AND RELATED WORK. LIMITS: State Project No. H.011485: LOCATED ON ROUTE LA 336-1 AT BAYOU TECHE BRIDGE AS SHOWN ON PLANS. ESTIMATED COST RANGE: $2,500,000 to $5,000,000.

The estimated cost range is for informational purposes only and may be subject to change. The bid prices received from bidders will be evaluated based on the actual estimate value, which will be published at bid opening, for award determination. PROJECT ENGINEER: CHAVEZ, CHRISTOPHER; 428 Hugh Wallis Rd, Lafayette, LA 70508; (337) 262-6200. PROJECT MANAGER: GUIDRY, CHRIS.

PROJECT CLASSIFICATION The winning bidder shall be licensed under La. R.S. 37:2150-2192 for the classification of Highway, Street, and Bridge Construction before execution of the awarded contract.

Bids must be prepared and submitted in accordance with Section 102 of the 2016

Louisiana Standard Specifications for Roads and Bridges as amended by the project specifications, and must include all information required by the proposal.

NOTICE TO CONTRACTORS (04/19)

C-2

Prior to the electronic bid submission deadline, ONLINE BIDDER REGISTRATION for each project bid is REQUIRED. Online Bidder Registration may be accessed via the Internet at wwwsp.dotd.la.gov. Select the following options: BUSINESS Working With DOTD, then Project Letting Info, then Online Bidder Registration. When completed, a registration confirmation notice will be displayed and may be printed by the bidder. When approved for bidding, the bidder’s name will be placed on the “List of Prospective Bidders” located on the LA DOTD Internet website. It is the bidder’s responsibility to review the “List of Prospective Bidders” to ensure approval to bid. If a bidder does not register for a project, the bid will not be accepted by LA DOTD. As per 102.04.5 of the 2016 edition of the Louisiana Standard Specifications for Roads and Bridges, no bidders will be approved for bid registration within 24 hours before the bid opening. All bidders must register to bid before that deadline. If further information is required, please contact Mr. Alfonzo Simon, email: [email protected], (225) 379-1111, fax : (225) 379-1857.

Plans and proposals are available in electronic format ONLY. All Plans, Proposals, Addenda, Amendments, Letters of Clarification, and Withdrawal Notices will be posted online. Paper notices will not be distributed.

Construction proposal information may be accessed via the Internet at wwwsp.dotd.la.gov. From the LA DOTD home page, select the following options: BUSINESS Working With DOTD, then Project Letting Info. Once the Construction Letting Information page appears, find the Notice to Contractors box. From the drop down menu, select the appropriate letting date and press the “Go To” button to open the page, which provides a listing of all projects to be let and a Construction Proposal Documents link for each project. All project specific notices are found here. It will be the responsibility of the bidder to check for updates. Additionally, plans and specifications may be seen at the Project Engineer's office. Upon request, the Project Engineer will show the project site.

All questions concerning the plans shall be submitted via the Electronic Plans Distribution Center known as Falcon. All submitted questions will be forwarded by email to the Project Manager and the Project Engineer. Questions submitted within a period of 96 hours prior to the advertised time for the opening of bids, excluding Saturdays, Sundays, and any other legal holidays, may not be answered prior to bidding. Falcon may be accessed via the Internet at wwwsp.dotd.la.gov. From the home page, select BUSINESS Working With DOTD, then select Project Letting Info. On the Construction Letting Information page, select the link, DOTD Plans

NOTICE TO CONTRACTORS (04/19)

C-3

Room (Falcon); Login to Falcon (or request an ID if a first-time user). Once logged in, you will have access to view Project Information, submit a question concerning the project, and view the plans. To avoid any suggestion that a potential bidder is using the Falcon system to communicate with other potential bidders, DOTD will not post any question or any statement of fact or opinion not made for the purpose of seeking clarification of plans and/or specifications. Any non-questions posted on falcon will be limited to the statement of an issue considered unresolved by a previous DOTD response.

Bidders assume the responsibility for accessing the Apparent Bid Results and

final Bid Results on the Construction Letting Information web page located at wwwapps.dotd.la.gov/engineering/lettings/ to confirm whether they are the apparent low bidder for any given project and the specific due date of Form CS-6AAA. Apparent Low Bidders on Disadvantaged Business Enterprises (DBE)/Small Business Element (SBE) Goal Projects shall comply fully with the “Required Contract Provisions for DBE/SBE Participation in Federal Aid Construction Contracts (DBE/SBE Goal Project)” contained in Section “G” of the Proposal; and, in accordance therewith, Apparent Low Bidders shall submit the completed Form CS-6AAA and Attachments to the LA DOTD Compliance Programs Office utilizing the list of DBE/SBE Certified Contractors as posted for this letting at:

http://wwwapps.dotd.la.gov/engineering/lettings/construction.aspx. The award of the contract will be electronically submitted to the successful low bidder on each project.

The U. S. Department of Transportation (DOT) operates a toll free "Hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should call 1-800-424-9071. All information will be treated confidentially and caller anonymity will be respected.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-1

GENERAL BIDDING REQUIREMENTS (11/16): The specifications, contract and bonds governing the construction of the work are

the 2016 Edition of the Louisiana Standard Specifications for Roads and Bridges, together with any supplementary specifications and special provisions attached to this proposal.

Bids shall be prepared and submitted in accordance with Section 102 of the Standard Specifications.

The plans herein referred to are the plans approved and marked with the project number, route and Parish, together with all standard or special designs that may be included in such plans.

The bidder declares that the only parties interested in this proposal as principals are those named herein; that this proposal is made without collusion or combination of any kind with any other person, firm, association, or corporation, or any member or officer thereof; that careful examination has been made of the site of the proposed work, the plans, Standard Specifications, supplementary specifications and special provisions above mentioned, and the form of contract and payment, performance, and retainage bond; that the bidder agrees, if this proposal is accepted, to provide all necessary machinery, tools, apparatus and other means of construction and will do all work and furnish all material specified in the contract, in the manner and time therein prescribed and in accordance with the requirements therein set forth; and agrees to accept as full compensation therefore, the amount of the summation of the products of the quantities of work and material incorporated in the completed project, as determined by the engineer, multiplied by the respective unit prices herein bid.

It is understood by the bidder that the quantities given in this proposal are a fair approximation of the amount of work to be done and that the sum of the products of the approximate quantities multiplied by the respective unit prices bid shall constitute gross sum bid, which sum shall be used in comparison of bids and awarding of the contract.

The bidder further agrees to perform all extra and force account work that may be required on the basis provided in the specifications.

The bidder further agrees that within 15 calendar days after the contract has been transmitted to him, he will execute the contract and furnish the Department satisfactory surety bonds.

If this proposal is accepted and the bidder fails to execute the contract and furnish bonds as above provided, the proposal guaranty shall become the property of the Department; otherwise, said proposal guaranty will be returned to the bidder; all in accordance with 103.04.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-2

MANDATORY ELECTRONIC BIDS AND ELECTRONIC BID BONDS SUBMISSION (11/16):

This project requires mandatory electronic bidding. All Specifications, whether Standard, Supplemental or Special Provisions, are hereby amended to delete any references regarding paper bids and the ability to submit paper bid forms.

The contractor shall register online to be placed on the Louisiana Department of Transportation and Development (LA DOTD) prospective bidders list or for information only list.

Modifications to proposal documents will be posted on the Department’s website at the following URL address: http://wwwapps.dotd.la.gov/engineering/lettings/.

LA DOTD shall not be responsible if the bidder cannot complete and submit a

bid due to failure or incomplete delivery of the files submitted via the internet.

MANDATORY ELECTRONIC PAYROLL SUBMISSION (12/16): This project requires mandatory submission of contractor payrolls using the

AASHTOWare Civil Rights & Labor Software. All Specifications, whether Standard, Supplemental or Special Provisions, are hereby amended to delete any references regarding paper payrolls and the ability to submit such paper payroll forms.

DBE PARTICIPATION IN FEDERAL AID CONSTRUCTION CONTRACTS (11/16):

This project is a DBE goal project. In accordance with the Required Contract Provisions for DBE Participation in Federal Aid Construction Contracts elsewhere herein, the DBE goal for approved subcontracting work on this project is two (2) percent of the total contract bid price. The contractor shall submit DOTD Form OMF-1A (Request to Sublet) and have it approved by the Department before any subcontract work is done on the project. Only those businesses certified by the Department as Disadvantaged Business Enterprises (DBEs) may be utilized in fulfillment of the DBE goal requirement. Such businesses are those certified by the Louisiana Unified Certification Program on the basis of ownership and control by persons found to be socially and economically disadvantaged in accordance with Section 8(a) of the Small Business Act, as amended and Title 49, Code of Federal Regulations, Part 26 (49 CFR 26).

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-3

PARTICIPATION IN JOB TRAINING (11/16): If the contractor desires to participate in job training, as provided by

Supplemental Specifications elsewhere herein, he/she shall submit a written request to the project engineer with a copy to the Compliance Program Section. According to the design formula, the number of potential trainees has been established as three (3). For the purposes of reimbursement, this number of trainees has been translated into an estimated three thousand (3,000) trainee hours. The pay item for Trainee Reimbursement; will be established in the contract in accordance with the Supplemental Specifications for On-The-Job Training and the above hours.

Should the design formula not indicate that the contract could support training; a contractor may still train upon the approval of the Department.

BUY AMERICA PROVISIONS (08/18): Pursuant to the "Buy America Provisions" of the Surface Transportation

Assistance Act (STAA) of 1982 as promulgated by current FHWA regulation 23 CFR 635.410 and the Intermodal Surface Transportation Efficiency Act of 1991 (ISTEA) amendment to (STAA), all steel and iron materials permanently installed on this project shall be manufactured, including application of a coating, in the United States, unless a waiver of these provisions is granted. Coating includes all processes which protect or enhance the value of the material to which the coating is applied. The request for waiver must be presented in writing to the Department by the contractor. Such waiver may be granted if it is determined that:

1. The application of Buy America Provisions would be inconsistent with the public interest or;

2. Such materials are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality.

Minimal use of foreign steel and iron materials will be allowed without waiver provided the cost of these materials does not exceed 0.l percent of the total contract cost or $2,500, whichever is greater; however, the contractor shall make written request to the Chief Construction Division Engineer for permission to use such foreign materials and shall furnish a listing of the materials, their monetary value, and their origin and place of production.

The burden of proof for the origin and place of production and any request for waiver is the responsibility of the contractor.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-4

Prior to the use of steel and iron materials in the project, the contractor shall furnish Mill Test Reports to the engineer for such steel and iron materials, accompanied by a certification stating that the Mill Test Reports represent the steel and iron materials to be furnished and that such materials were produced and fabricated in the United States.

Nationwide exemptions from this provision exist for pig iron and processed, pelletized, and reduced iron ore under 60 Fed. Reg. 15,478 (March 24, 1995) (codified at 23 CFR 635) and for specific ferryboat equipment and machinery parts under 59 Fed. Reg. 6,080 (Feb. 9, 1994) (codified at 23 CFR 635). Both nationwide exemptions are available with greater detail at www.gpo.gov.

CARGO PREFERENCE ACT OF 1954 (CPA) (11/16): Where applicable, the contractor must comply with all requirements of the Cargo

Preference Act of 1954, as amended, and with its implementing regulations in 46 CFR 381. The provisions of 46 CFR 381.7(a)-(b) are hereby incorporated by reference into this contract.

CONTRACTORS’ LICENSING LAWS (07/18): Subsection 102.02 is hereby amended to include the following: The successful contractor (or its subcontractor) will be required to possess a

Louisiana contractors’ license from the Louisiana State Licensing Board for Contractors in the following specialty classifications:

a. Lead Based Paint Abatement and Removal, when painting is required, or when abatement or removal of existing lead containing coatings or components is required.

b. Painting, Coating and Blasting (Industrial and Commercial), when painting or coating is required.

When painting is required, prior to execution of the contract, the successful contractor shall submit to the Project Control Section of the Department, a copy of the current certifications from the Society for Protective Coatings (SSPC) in the following:

a. SSPC-QP1, “Standard Procedure for Evaluating Qualifications of Painting Contractors (Field Application to Complex Industrial and Marine Structures)”.

b. SSPC-QP2, “Standard Procedure for Evaluation of the Qualifications of Painting Contractors to Remove Hazardous Paint”.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-5

MAINTENANCE OF TRAFFIC (06/18): 104.03 of the 2016 Standard Specifications is amended to include the following

requirements. During the periods when roadway closures are specified in the plans,

specifications, or otherwise approved by the Project Engineer, the contractor shall provide for and maintain local traffic at all times but will not be required to provide for or maintain through traffic.

CLAIMS FOR ADDITIONAL COMPENSATION (04/19): Section 105.18 of the 2016 Louisiana Standard Specification for Roads and Bridges is deleted and replaced with the following:

105.18 REQUEST AND CLAIMS FOR ADDITIONAL COMPENSATION. If the contractor deems additional compensation is due for work, material, delays,

inefficiencies, disruptions or other additional costs or expenses reportedly not covered in the contract or not ordered as extra work, the contractor shall notify the engineer in writing of his intention to make a claim for such additional compensation before beginning the work on which the claim is based or immediately upon encountering the conditions or effects which the contractor claims entitle him to additional compensation. Notification of a request or claim for compensation shall conform to the requirements of EDSM III.1.1.28, Contract Disputes and Requests for Additional Compensation. Notification must be timely given. The engineer must be afforded a reasonable opportunity and proper facilities by the contractor for keeping account of actual costs incurred by the contractor related to the claim. However, such notice by the contractor and the fact that the engineer has kept account of the costs as aforesaid shall not be construed as proving or substantiating the validity of any claim. Within thirty calendar days after the completion of the event that caused the claim, contractor must submit its sworn Request for Additional Compensation in accordance with the requirements of EDSM III.1.1.28, Contract Disputes and Requests for Additional Compensation.

If notification and a Request for Additional Compensation is not given or the engineer is not afforded proper facilities by the contractor for keeping an account of actual costs incurred by the contractor, the contractor hereby agrees and shall waive any claim for such additional compensation.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-6

If the claim, after consideration by the Chief Engineer, or judicial determination, is found to be just, payment will be made as specified in 109.04, by force account or negotiated price. Nothing in this subsection shall be construed as establishing any claim contrary to 104.02.

NAVIGABLE WATERS AND WETLANDS (11/16): Subsection 107.09 of the Standard Specifications is amended to include the

following. In accordance with the provisions of this Subsection, the Department has

obtained the required U.S. Coast Guard and U.S. Army Corps of Engineers (Nationwide) permits.

Bidders shall comply with the permit requirements. Bidders may view permit(s) online via the Department’s FALCON system, or obtain a copy by contacting the Department's Environmental Section at (225) 379-1317.

CONTRACTOR’S RESPONSIBILITY FOR WORK (03/18): Section 107 Legal Relations and Responsibility to Public of the 2016 Louisiana

Standard Specifications for Roads and Bridges is amended as follows. Section 107.19 Contractor's Responsibility for Work, the first sentence of the 2nd

paragraph is revised as follows:

1. Guard rail, impact attenuators, cable barriers, and other such devices shall be repaired as soon as possible after damage.

SUBLETTING OF CONTRACT (11/16): In accordance with 108.01 of the Standard Specifications, the following items are

designated as "Specialty Items":

729-06-00102 Sign (Overhead Mounted)(Furnish and Install) 731-02-00100 Reflectorized Raised Pavement Markers 732-01-01000 Plastic Pavement Striping (4" Width) (Thermoplastic 90 mil) 732-05-00100 Removal of Existing Markings 737-03-00100 Painted Traffic Striping (Solid Line) (4" Width) 820-02-00100 Temporary Operation & Maintenance of Movable Span NS-830-00900 Epoxy-Urethane Overlay

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-7

TS-821-06010 Movable Bridge Traffic Barrier

PROGRESS AND DISQUALIFICATION (10/18): Part (a) of the third paragraph of 108.04.2 is deleted and replaced by the

following: (a) its progress on one project, which is either a calendar day project with greater

than or equal to 60 calendar days or is a working day project with greater than or equal to 45 working days, is 50 percent or more behind the elapsed contract time. In such case, the contractor shall remain disqualified until progress is within 10 percent of the elapsed contract time. Or,

DETERMINATION AND EXTENSION OF CONTRACT TIME (11/16): Subsection 108.07, Determination and Extension of Contract Time, is amended

to include the following. The contractor shall document for each month of scheduled construction, the

occurrence of adverse weather conditions having an impact on controlling items of work. An adverse weather day is a previously scheduled or normally scheduled work day on which rainfall, wet conditions or cold weather will prevent construction operations on the controlling work activity from proceeding for at least 5 continuous hours of the day or 65 percent of the normal work day, whichever is greater, with the normal working force engaged in performing the controlling item of work. If the contractor submits a written request for additional contract time due to adverse weather conditions, the contractor’s request will be considered only after the Department agrees with the days and then only for adverse weather days in excess of the allowable number of days per month stated below. Adverse weather days will be documented by the Engineer and agreed upon monthly. Adverse weather days will be prorated for partial months when a work order or final inspection is issued other than the first or last of the month and agreed to by the Department. If the contractor is being considered for disqualification by the Department, an equitable adjustment in contract time may be made at the end of the original contract period, including all days added by approved change orders. Contract time will be adjusted by comparing the actual number of adverse weather days to the statistical number of adverse weather days over the specific time period per the table below. The resulting number of adverse weather days will be multiplied by 1.45 to convert to calendar days. Adjustments for adverse weather cannot result in a contract time reduction. Once adjusted, a new adverse weather day accounting will begin using the adverse weather conditions having an impact on the controlling items of work, in excess of

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-8

the allowable number of days per month stated below. A second and final contract time adjustment will then be done at the final acceptance of the project. An adjustment in the contract time due to adverse weather will not be cause for an adjustment in the contract amount. There will be no direct or indirect cost reimbursement for excess adverse weather days.

The following are anticipated adverse weather days that the contractor shall include in each month of his calendar day construction schedule.

January 10 days May 5 days September 4 days

February 9 days June 6 days October 3 days

March 8 days July 6 days November 7 days

April 7 days August 5 days December 7 days

Salvage Items (06/19): Section 202 of the Louisiana Standard Specifications for Roads and Bridges is

amended as follows: 202.02 General Construction Requirements is amended to include the following: 202.02 GENERAL CONSTRUCTION REQUIREMENTS. Remove and

dispose of all portions of structures or obstructions on the right-of-way, except items for which other provisions have been made for removal or relocation. When specified, remove structures and appurtenances that extend beyond the right-of-way or that are entirely on private property. Materials deemed salvageable by the engineer shall be carefully disassembled and care shall be taken to preserve the condition of the salvaged materials before and during transportation to the designated facility. Upon delivery to the designated facility, they shall be unloaded and neatly arranged at specified storage areas as directed by the engineer. When no storage sites are specified, deliver salvaged materials to the nearest DOTD maintenance unit. Dispose of materials not specified to be salvaged off the project right-of-way outside the view of the traveling public with written permission of the property owner on whose property the material is placed. DOTD reserves the right to refuse material prior to delivery for any reason or if not in usable condition upon delivery. Any material refused shall then be deemed unsalvageable and disposed of accordingly. Furnish copies of agreements (including rights of entry, etc.) with property owners to the engineer prior to beginning of work. The agreement must

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-9

contain language holding the department harmless regarding any liabilities of the contractor or property owners. A certificate of release from the property owner will be required before final acceptance. Fill holes left by structure removal or the removal of materials associated with contaminated soils or sites by blading the area with surrounding soil or backfilling with soil complying with 203.06.1. Compact to a condition similar to the surrounding soils or as directed.

If any fuel storage tanks or other environmentally sensitive or contaminated sites are located during construction, stop construction activity in the immediate vicinity of the environmentally sensitive or contaminated site and notify the project engineer who in turn will notify the Department’s Materials and Testing Section immediately for guidance. Testing and clean-up by the contractor shall be coordinated with the Materials and Testing Section.

The Department reserves the right to eliminate work items in accordance with 104.02.4.

LIGHTWEIGHT AGGREGATE FOR NON-PLASTIC EMBANKMENT (03/19):

Section 203.09.1 is deleted and replaced with the following:

203.09.1 Materials: Non-plastic embankment material shall comply with 1003.12 when lightweight

aggregate is specified. Otherwise, non-plastic embankment shall comply with 1003.02.

AGGREGATE SURFACE COURSE (12/17): Section 401 of the 2016 Louisiana Standard Specifications for Roads and Bridges

is amended as follows: 401.07.1 General: has been deleted and replaced with the following: 401.07.1 General: Place material and shape by suitable means. Compact with an

approved roller. Continue to shape and compact until the surface conforms to the required sections and has a tight, uniform surface free from ruts and waves.

TEMPORARY TRAFFIC CONTROL (7/18): Section 713 Temporary Traffic Control of the 2016 Standard Specifications and

the supplemental specifications thereto is amended as follows:

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-10

Section 713.02 Materials is deleted and replaced with the following:

713.02 MATERIALS. Materials for temporary signs, barricades, barriers, and related devices shall

comply with the following sections and subsections:

Portland Cement Concrete 901 Reinforcing Steel 1009.01 Backing Material 1015.04.2 Reflective Sheeting 1015.05 Sign Enamels, Paints, Silk Screen, Overlay Film, and Digital Printing

1015.07

Temporary Pavement Markings 1015.08 Raised Pavement Markers & Adhesive 1015.09 Thermoplastic Pavement Markings 1015.10 Traffic Paint 1015.12 Barricade Warning Lights 1018.13

713.02.1 Temporary Pavement Markings: Temporary pavement markings shall be a minimum of 4 inches wide.

713.02.2 Reflective Sheeting: Reflective sheeting requirements for temporary signs, barricades, channelizing

devices, drums, and cones shall comply with Section 1015.05.6

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-11

Table 713-1 Temporary Pavement Marking is deleted and replaced with the following:

Table 713-1 Temporary Pavement Marking1,2

Two-Lane Highways

Undivided Multilane Highways

Divided Multilane Highways

Sh

ort

Ter

m

Required Striping that must be in place at the end of each day of paving and maintained until replaced with other short term or long term markings.

Centerlines 4-foot tape on 40-foot centers

Lane lines 4-foot tape on 40-foot centers

Lane lines 4-foot tape on 40-foot centers

“Do Not Pass” and “Pass With Care” signs, as required

Double yellow centerline

Required Striping that must be in place, within 72 hours of removal or overlay of permanent striping, and maintained until replaced with either long-term striping or permanent striping.

Centerlines 4-foot tape on 40-foot centers

Lane lines 4-foot tape on 40-foot centers

Lane lines 4-foot tape on 40-foot centers

No passing zone markings

Double yellow centerline

Edge lines

Edge lines Edge lines

Lon

g T

erm

Required Striping that must be in place within 30 days of removal or covering of permanent striping and maintained until permanent striping is installed.

Standard 10-foot long centerlines on 40-foot center

Standard 10-foot long lane lines on 40-foot center with raised pavement markers3

Standard 10-foot long lane lines on 40-foot center with raised pavement markers3

No passing zone markings

Double yellow centerline with raised pavement markers3

Legends & Symbols

Legends & Symbols Legends &

Symbols

Edge lines Edge lines Edge lines

1. On all asphalt surface treatments, that are open to traffic, temporary reflectorized raised pavement markers (tabs) on 20-foot centers shall be used in lieu of the 4-foot tape on 40-foot centers.

2. All work will be stopped and time will continue to be charged if the required markings in this table are not in place and maintained throughout the indicated time periods. Work will only resume after all required markings are in place and approved by the Project Engineer

3. Raised Pavement Markers only to be applied on concrete surfaces when required in plans.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-12

Section 713.07.1 Short-term Pavement Markings is deleted and replaced with the

following:

713.07.1 Short-term Pavement Markings: Provide short-term pavement markings on all pavement surfaces under traffic

according to Table 713-1. When short-term pavement markings require no-passing zone markings or

double yellow centerlines, use any of the temporary pavement markings listed in 713.02. Removal of short-term pavement markings only required on the final surface, unless indicated otherwise in plans or required in order to avoid conflicting markings due to phasing.

Section 713.07.2 Long-term Pavement Markings is deleted and replaced with the

following:

713.07.2 Long-term Pavement Markings: Provide long-term pavement markings according to Table 713-1 and in

accordance with plan details and standard plans. Layout work for exact location of markings will only be required on the final wearing surface. These markings include all of the pavement markings listed in 713.02.

PERMANENT SIGNS (09/18): Section 729 Permanent Signs of the 2016 Standard Specifications and the

supplemental specifications thereto is amended as follows: Section 729.02 Materials is deleted and replaced with the following:

729.02 MATERIALS. Other than recycled aluminum sign panels and blanks, all materials shall be new

stock conforming to the following:

729.02.1 Sign and Marker Sheeting: Sheeting material for sign panels, delineators, barricades, and other markers shall

comply with Section 1015. Sheeting background and legends shall be compatible types and convey the full manufacturer’s warranty and shall comply with 1015.05.1.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-13

729.02.2 Ferrous Metal: Ferrous metals shall comply with 1015.02.1. Reinforcing steel shall comply with

Section 1009. Ferrous metal, except reinforcing steel, shall be galvanized in accordance with Section 811.

1. U-channel posts shall comply with 1015.02.1.3. 2. Square tubing shall comply with 1015.02.1.4.

729.02.3 Aluminum: Aluminum alloys for structural members shall comply with 1015.02.2.

Aluminum sign panels shall comply with 1015.04.1.

729.02.4 Fittings: Structural bolts, nuts, washers, and miscellaneous hardware shall comply with

1015.02.3.

729.02.5 Guard Rail: Guard rail materials for dead end road installations shall comply with Section

1010.

729.02.6 Timber: Treated piling and timber for barricades in dead end road installations shall

comply with Section 1014.

729.02.7 Concrete: Concrete shall be Class M complying with Section 901.

729.02.8 Deleted

729.02.9 Silk Screen Paste, Overlay Film and Digital Printing: Silk screen paste, Overlay film and Digital Printing shall comply with sheeting

manufacturer’s recommendations and with 1015.07. Section 729.03.1 Sign Face Design and Fabrication is deleted and amended as

follows:

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-14

Fabricate signs of Types A, B, D, and E; overhead signs; and sign face overlay

panels in accordance with the MUTCD, the Standard Highway Signs Booklet, and the signing detail sheets of the plans with the exception of a fluorescent yellow background color for the signs shown below:

Sign Code Description

W1-1R & W1-1L Turn W1-2 Curve W1-3R & W1-3L Reverse Turn W1-4R & W1-4L Reverse Curve W1-5R & W1-5L Winding Road W1-6R & W1-6L One Direction Large Arrow W1-7 Two Direction Large Arrow W1-8R & W1-8L Chevron Alignment W1-10R & W1-10L Horizontal Alignment W1-11 Hairpin Curve W1-15 270 Degree Loop W13-1P Advisory Speed (English)

Furnish shop drawings of sign faces for Types D and E, overhead signs, sign

overlay panels, and for any non-standard sign faces of Types A and B not provided by the Department. Obtain approval of shop drawings from the Interstate Guide Sign Engineer before sign face fabrication begins. The use of shop drawings is only allowed by the fabricator for whom the shop drawings are approved.

Section 729.04 Fabrication of Aluminum Sign Panels is amended as follows: Add the following Section:

729.04.3.4 Digital Printing: Comply with Section 1015.07.4.

SP PERMANENT SIGNS (02/19): Section 729 Permanent Signs of the 2016 Standard Specifications and the

supplemental specifications thereto is amended as follows: Section 729.07 Acceptance of Signs is deleted and replaced with the following:

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-15

729.07 ACCEPTANCE OF SIGNS After the installation of signs is complete, the Department’s Sign Inspection

Team will perform an inspection to ensure conformance with applicable plans, standards and project specifications. When specular reflection is apparent on any sign, adjust its positioning to eliminate the condition. Follow-up inspections may be conducted prior to acceptance, at the discretion of the Department’s Sign Inspection Team.

Clean signs before the time of inspection. Reflective sheeting shall be free of cuts, scratches, breaks, or other defects. Replace or repair nonstandard or otherwise unacceptable signs and traffic control devices as directed. Correct damage that is discovered at the time of the sign inspection.

SECTION 731 RAISED PAVEMENT MARKERS (08-18): Section 731 is deleted and replaced with the following:

Section 731 Raised Pavement Markers

731.01 DESCRIPTION. Furnish and place raised pavement markers in accordance with the plans. The contractor shall be responsible for field layout and alignment of raised

pavement markers. Existing pavement striping shall generally be used as a guide in determining raised marker locations. Any required striping will be placed prior to installation of raised pavement markers.

731.02 MATERIALS.

731.02.1 Markers: Markers shall comply with 1015.09. Use the same product throughout the

project. Mix epoxy components and dispense adhesive in accordance with the manufacturer’s recommendations.

731.02.2 Epoxy Adhesive: Epoxy resin adhesive system shall comply with 1017.03.

731.02.3 Bituminous Adhesive: Bituminous adhesive shall comply with 1015.09.3.2.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-16

731.03 CONSTRUCTION REQUIREMENTS.

731.03.1 Weather Limitations: Do not apply markers if moisture is present.

731.03.1.1 Epoxy Adhesive: When using a standard set adhesive, do not apply markers at ambient air

temperatures less than 50°F. When using a rapid set adhesive, do not apply markers at ambient air temperatures less than 35°F. When using a rapid set adhesive, application of markers will be permitted at ambient air temperatures between 35°F and 50°F, provided the adhesive is adequately heated to obtain proper viscosity for mixing and application, and is also identified as a rapid set type on container labels and Certificates of Delivery.

731.03.1.2 Bituminous Adhesive: Apply markers when the ambient air temperature reaches 35°F or greater, or in

accordance with the manufacturer’s recommendations.

731.03.2 Removal of Markers: Remove markers, when required, by methods that will not damage the pavement

surface. Repair damage to pavement surface at no cost to the Department. After removing the markers, the debris and residue shall become the property of the contractor and be disposed of properly.

731.03.3 Cleaning of Surfaces: Surfaces, including ramps and gore areas, on which markers are to be applied

must be cleaned of all materials that may reduce the bond of adhesive. Maintain surfaces in a clean dry condition until placement of markers.

731.03.4 Application of Markers: Do not place pavement markers on joints. Place markers with bituminous adhesive on asphalt surfaces. Place markers with

epoxy resin adhesive, or bituminous adhesive on portland cement concrete surfaces. Apply markers to surfaces with adhesive in sufficient quantity to be slightly

outside the entire perimeter of the marker.

731.04 MEASUREMENT. Raised pavement marker installation will be measured per each marker furnished,

placed, and accepted. Raised pavement marker removal will be measured per centerline miles (project

length) including shoulders and ramps.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-17

731.05 PAYMENT. Payment for installation of raised pavement markers will be made at the contract

unit prices per each. Payment for removal of raised pavement markers will be made at the contract unit price per linear mile. Payment will include all labor, materials, equipment, and incidentals necessary to complete the work.

Item No. Pay Item Pay Unit

731-01 Non-reflectorized Raised Pavement Markers Each 731-02 Reflectorized Raised Pavement Markers Each 731-03 Removal of Raised Pavement Markers Linear Mile

SECTION 732 PLASTIC PAVEMENT MARKINGS (08-18): Section 732 is deleted and replaced with the following:

Section 732 Plastic Pavement Markings

732.01 DESCRIPTION. Furnish and place reflective pavement markings of hot applied thermoplastic or

preformed (cold or hot applied) plastic at the locations shown on the plans. Plastic pavement markings include stripes, gore markings, lines, legends, and symbols.

732.02 MATERIALS.

732.02.1 Thermoplastic Markings and Glass Beads: Thermoplastic marking material shall be a plastic compound reflectorized by

internal and external application of glass beads. Comply with 1015.10 and 1015.13. Width, thickness, and color of markings shall be as specified. Black thermoplastic pavement markings shall require skid-resistant filler in lieu of glass beads.

732.02.2 Preformed Plastic Marking Tape: Comply with 1015.11.

732.02.3 Surface Primer: Provide a single component surface primer or two component epoxy sealer for

the appropriate application in accordance with 732.03.5.

732.02.4 Glass Beads: Glass beads for standard (flat) thermoplastic markings shall be in accordance

with 1015.13.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-18

732.03 CONSTRUCTION REQUIREMENTS.

732.03.1 Equipment for Standard (Flat) Thermoplastic Marking Material:

Applicators shall produce sharply defined lines and provide means for cleanly cutting off stripe ends and applying broken lines.

For new 90 mil application, equipment shall consist of an extrusion die or a ribbon gun that simultaneously deposits and shapes lines at a thickness of 90 mils or greater on the pavement surface.

When restriping 90 mils thickness onto existing thermoplastic markings, only a ribbon gun shall be used.

For 40 mils, only a spray application will be allowed.

732.03.2 Weather Limitations: Do not apply markings if moisture is present, or when the surface temperature or

ambient temperature is below 50°F.

732.03.3 Cleaning of Surfaces: Surfaces, including ramps and gore areas, on which markings are to be applied

must be cleaned of all materials that may reduce the bond. Maintain surfaces in a clean dry condition until placement of markings.

If placing 40 mil thickness striping over existing striping on portland cement concrete remove flaking or peeling material to the satisfaction of the engineer prior to thermoplastic application. After markings are cleaned, properly dispose of striping debris and residue.

732.03.4 Removal of Existing Markings: Do not obliterate markings by painting with asphalt binder or other material.

Remove markings by methods that will not damage the pavement or bridge deck. Removal shall be to such extent that 75 percent of the pavement surface or bridge deck under the markings is exposed.

Remove temporary pavement markings to the satisfaction of the project engineer prior to thermoplastic marking operations.

Remove all markings made in error or not conforming to the traffic operation in use to the satisfaction of the engineer. After markings are cleaned, properly dispose of striping debris and residue.

732.03.5 Application of Surface Primer: Do not allow traffic over primed areas before applying thermoplastic.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-19

When applying 90 mil thermoplastic, use a two component epoxy sealer prior to placement of thermoplastic materials on portland cement concrete surfaces and oxidized asphalt.

When applying 40 mil thermoplastic, use a single component surface primer on portland cement concrete surfaces.

When applying preformed thermoplastic, use primer in accordance with manufacturer’s recommendations.

732.03.6 Application of Markings: Finished markings shall be continuous and uniform in shape, with clear and sharp

dimensions. Finished lines shall have well defined edges and be free of waviness. Lines should be squared off at each end without excessive mist or drip. A tolerance of + 1/2 inch and -1/8 inch from the specified width will be allowed, provided the variation is gradual. Transverse variations up to 1 inch will be allowed provided the variation does not increase or decrease at the rate of more than 1/2 inch in 25 feet. Measurements will be taken as an average through any 36-inch section of line. Offset longitudinal lines approximately 2 inches from longitudinal joints. Remove lines not meeting these tolerances and replace at no cost to the Department in accordance with 732.03.4.

732.03.6.1 Thermoplastic Markings: Use 90 mils for lane lines, edge lines, black contrast, gore markings and 125 mils

for crosswalks, stop lines, words, and symbol markings or as indicated in plans. Apply glass beads to the molten surface of completed stripes by either a single

drop application for 40 mil thermoplastic markings, or a double drop application for 90 mil or greater thermoplastic markings. Glass beads shall be uniformly distributed to ensure that the full width of the line is visible at night. For a 40 mil single drop application, the contractor has discretion on which beads to use in order to meet the retroreflectivity requirements. For the first drop of a 90 mil double drop application, use Type 4 beads at a minimum rate of 211 pounds per mile based on a 4-inch solid line. The type of bead for the second drop is at the contractor’s discretion; however, a smaller bead is typical. Black thermoplastic pavement markings require skid-resistant filler in lieu of glass beads.

732.03.6.2 Preformed Plastic Markings: Apply preformed plastic markings in accordance with the manufacturer’s

recommendation.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-20

732.03.7 Field Testing of Roadway Markings: The contractor and the Department will field test the pavement markings in

accordance with 1015.10, 1015.11, and Table 732-1. Failure to meet these requirements will require the contractor to replace the portion of the material shown to be out of specification as directed by the engineer at no cost to the Department.

Take initial retroreflectivity readings within 7 to 30 days of application with a DOTD inspector present. Any readings taken after the 30 days will be considered initial readings and must meet the same requirements as initial readings. Upon completion of testing, the DOTD inspector will immediately take possession of a copy of the retroreflectivity readings in either a hard copy (81/2 inches x 11 inches) or electronic format on a USB drive, as noted below. Additionally, provide documentation to the Department that the instrument has been calibrated in accordance with the manufacturer’s requirements, including the required annual factory calibration.

The Department reserves the right to inspect the striping and take additional readings six months to one year after the date of installation for the one year warranty.

For each material type, take a different set of readings in accordance with Table 732-1. Provide the data to the Department electronically in Microsoft Excel® format downloaded from the reflectometer data. Each spreadsheet shall have a header that states all of the following:

1. Project number; 2. Date material installed; 3. Type of material installed; 4. Interstate: Specify the route and direction and show the beginning mile-

point to ending mile-point, of material installed; and, 5. State Route: Specify the route and direction. Also specify X number mile

from intersection to X number mile from intersection, of material installed. (Ex. Route US 61 South; 0.10 Mile South of Old Hammond Highway to 0.2 Mile South of I-12).

The format for the excel spreadsheet shall be (description, date, each reading, and average reading per segment). In the description cell, the format shall be Route (i.e., LA, US, or I), Direction (i.e., N, S, E, or W), Mile Point, and Color (W or Y).

Examples: LA 115; W; 23; Y I-10; S; 4; W

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-21

Table 732-1 Field Testing of Plastic Pavement Markings

Length of Roadway (Segment) Minimum Required Readings

Less than 1 mile 10 evenly spaced readings per line

1 mile to 6 mile 10 evenly spaced readings per line for

each 1-mile segment

Greater than 6 mile 5 evenly spaced readings per line for each

1-mile segment

Stop Bars, Cross Walks, Chevrons, Hash Marks, and Legends and

Symbols Visual nighttime inspection only

8-inch Lines (Parallel to Roadway) 5 readings per line General Notes:

1. Take readings on each line and color separately except when adjacent lines are applied at the same time, which are considered one line. Alternate readings between each line.

2. Additional readings shall be taken if a defect is noticed by the engineer. 3. Take readings on dry, clean roadways. 4. Collect data in the direction lines were applied except for yellow centerlines on two lane roadways. For

yellow centerlines on two lane roadways, collect data against the direction lines were applied. 5. On broken lines, no more than two readings shall be taken per stripe, with readings 20 inches from ends

of marking. This does not apply if using a vehicle mounted mobile unit. 6. Acceptance will be based on the average of each set of readings for each line segment. 7. Failure of the average reading for any segment to meet the specified minimum values will require

replacement or be subject to payment adjustments as determined by Table 732-2. 8. Asphalt Surface Treatment projects will not be tested for retroreflectivity, but will be visually inspected

at night for acceptance by the engineer. 9. No reflectance readings are required for black, red, or blue thermoplastic pavement markings.

732.03.8 Guarantee: All work performed in accordance with this section shall be guaranteed in

accordance with 104.05.

732.04 MEASUREMENT.

732.04.1 Plastic Pavement Striping: Plastic striping will be measured by the linear foot or mile, as specified, exclusive

of gaps.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-22

732.04.2 Plastic Pavement Legends and Symbols: Plastic legends and symbols will be measured per each legend or symbol. Each

symbol includes all letters, lines, bars, or markings necessary to convey the message at each location.

732.04.3 Removal of Existing Markings: Removal will be measured by the project centerline miles (project length)

including shoulders and ramps. Removal of pavement markings will include removal of lane lines, edge lines,

gore markings, legends, symbols, raised pavement markers, and disposal of debris, unless indicated otherwise in the plans.

732.05 PAYMENT. Payment for the completed and accepted quantities of plastic pavement markings

and removal of existing markings will be made at the contract unit prices, which include all labor, materials, equipment, and incidentals necessary to complete the work.

Table 732-2 Thermoplastic Payment Adjustment for Initial Retroreflectivity

Contract Unit Price 1, %

White (mcd\lux\sq m) Yellow (mcd\lux\sq m)

40 mil 90 mil or greater

40 mil 90 mil or greater

100 250 > 425 175 > 300

90 230 375 - 425 165 250 – 300

80 220 360 - 374 155 220 - 249

50 200 340 - 359 150 200 - 219

Restripe <200 < 340 <150 < 200 1. The payment requirements are based on the project total average of all test segments (on a route) for

initial reading for white and yellow separately in accordance with Table 732-1. Payment adjustments will be based on each identifiable route within the contract.

Payment will be made under:

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-23

Item No.

Pay Item Pay Unit

732-01 Plastic Pavement Striping (____inch Width) Linear Foot

732-02 Plastic Pavement Striping (Solid Line) (____inch Width) Linear Mile

732-03 Plastic Pavement Striping (Broken/Dotted Line) (____inch Width)

Linear Mile

732-04 Plastic Pavement Legends and Symbols (Type) Each 732-05 Removal of Existing Markings Linear

Mile

LIGHTWEIGHT AGGREGATE BACKFILL FOR STRUCTURAL EXCAVATION (03/19):

Section 802.04 is amended by adding the following after paragraph 1: Backfill material shall comply with 1003.12 when lightweight coarse aggregate

backfill is specified.

LIGHTWEIGHT AGGREGATE BACKFILL FOR EARTH RETAINING SYSTEMS (03/19):

Section 802.05.2.3 part 4 is amended by adding the following at the end: Backfill material shall comply with 1003.12 when lightweight coarse aggregate

backfill is specified.

STEEL STAY-IN-PLACE FORMS (04/19): Section 805.03.5, Steel Stay-in-Place Forms of the 2016 Louisiana Standard

Specifications for Roads and Bridges is amended by deleting the number 7 bullet and replacing with the following:

7. Repair damage to galvanized surfaces on the metal forms or the visually

exposed surfaces of the support angles in accordance with 811.08.1.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-24

BOLTED PARTS (04/19): Section 807.05.2.4, Bolted Parts of the 2016 Louisiana Standard Specifications

for Roads and Bridges is amended by deleting the number 4 bullet and replacing with the following:

4. When metallic thermal spray coatings are specified, conform to 811.08.2.

BRIDGE DRAINAGE SYSTEM MATERIALS.(11/18): The first paragraph of 816.02 Materials is deleted and replaced with the

following: Materials shall comply with the plans and specifications and the following: Culverts and Storm Drains 701.02 Manholes, Junction Boxes, Catch Basins, and End

Treatments 702.02

Bedding Material 726.02 Structural Concrete 805.02 Deformed Reinforcing Steel 806.02 Structural Metals 807.02 Painting and Protective Coatings Section 811 Metals Section 1013 Stainless Steel Bolts 1013.08

TEMPORARY WORKS (07/18): Section 817 of the 2016 Louisiana Standard Specifications for Road and Bridges

is amended as follows: 817.03.1.1 Temporary Detour Bridge is amended follows: Amend the first sentence of the second paragraph with the following: Conform to Section 803 for drilled shafts, Section 804 for piles, Section 810 for

bridge railings, and Section 704 for guardrails. Amend the first sentence of the fifth paragraph with the following: Remove the detour bridge in accordance with 202.03. Remove piling completely. 817.03.2.4 Cofferdams is amended as follows:

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-25

Delete the second sentence of the fourth paragraph and replace with the following:

Conform to 105.19. 817.03.2.7 Temporary Detour Bridge is added as follows:

817.03.2.7 Temporary Detour Bridge Conform to 817.03.1.1. All submittals shall be for review. Design temporary

detour bridge in accordance with the latest version of AASHTO LRFD Bridge Design Specifications. Design all bents in the channel for the local scour depth shown on the plans. Provide as-designed bridge rating for HL-93 Inventory and HL-93 Operating. Refer to the LA DOTD Bridge Design and Evaluation Manual for as-designed rating requirements. Submit all design and rating calculations.

Provide detour bridge drawings and erection drawings. Include general bridge layout showing plan and elevation views. Include current ground line along detour centerline and water elevation at the time of construction. Provide superstructure and substructure details. Include pile types, lengths, and locations, and any other details required to construct the detour bridge.

When prefabricated steel bridge systems are used, submit the assembly and installation instructions from the original manufacturer a minimum of 90 days prior to installation. Construct in accordance with the original manufacturer’s specifications and recommendations, and as specified in the plans and in the accepted submittals. A representative from the original manufacturer must be present at the project site and oversee the assembly and installation of the first erected span. Upon completion of the installation and prior to allowing vehicular traffic, submit for record a letter from the original manufacturer certifying that the bridge has been properly installed.

When prefabricated bridge systems are used, apply asphalt concrete overlay in accordance with the original manufacturer’s specifications and recommendations, and Section 502. Do not apply asphalt concrete overlay if the manufacturer supplies deck panels with an epoxy anti-skid surface. Do not use an epoxy anti-skid surface and an asphalt concrete overlay surface in conjunction on the same bridge. Do not supply open grid decking.

817.04.1 Temporary Detour Bridge. The first paragraph is amended as follows:

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-26

Temporary detour bridge will be measured by the square foot and shall include all materials and labor required for construction of the temporary detour bridge, all striping, wearing surface, maintenance of the detour bridge, continual removal of debris accumulation, removal of the detour bridge, and restoration of the project site to the satisfaction of the Project Engineer. Square foot measurement will be made by multiplying the clear roadway width by the length of the bridge from beginning bridge joint at abutment to ending bridge joint at abutment along the centerline of the bridge.

PORTLAND CEMENT CONCRETE (06/18): Section 901 of the 2016 Louisiana Standard Specifications for Roads and

Bridges is amended as follows: Section 901.07 is amended delete Table 901-2 and replace it with the following:

Table 901-2 Portland Cement Concrete Mixture Substitutions Structural Class1 Substitute

A1 No Substitutions A2 No Substitutions A3 No Substitutions P1 P2, P3 P2 P3 P3 No Substitutions S No Substitutions

MASS(A1) No Substitutions MASS(A2) No Substitutions MASS(A3) No Substitutions

Minor Structure Class1

M A1, B, D R A1, B, D, M

Pavement Type1,2

B D D B E No Substitutions

1. The substituting mixture shall meet the requirements of Table 901-3 for its class or type. The substituting mix shall meet the strength requirements of the original mix.

2. If approved by the engineer, small irregular areas of paving projects using Types B or D concrete may be substituted with Class A1 concrete.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-27

PORTLAND CEMENT CONCRETE (05/18): Section 901 of the 2016 Louisiana Standard Specifications for Roads and Bridges

is amended as follows: Section 901.01 is amended to include the following: All mention of class "A" concrete, on standard plans, details, or any other

documents regarding concrete to be used in drainage structures, should be understood to mean class "A1". This includes but is not limited to all catch basins, cast in place reinforced concrete boxes and extensions, reinforced concrete box headwalls, pipe headwalls, manholes, paved gutter drains, toe walls, and any and all miscellaneous structures.

Table 901-4 Acceptance and Payment Schedules Cast-In-Place Structural Concrete (10/19): 901.13 Table 901-4 Acceptance and Payment Schedules Cast-In-Place Structural Concrete is deleted and replaced with the following:

Table 901-04 Acceptance and Payment Schedules

Average Compressive Strength per Lot, psi (28 to 31 days)3

Class A1, S & MASS (A1)

Percent of Contract

Unit Price1 4500 & above 100 4301 - 4499 98 4000 - 4300 90 below 4000 50 or remove

and replace2 Class A2, & MASS (A2) 6500 & above 100 6301 - 6499 98 6000 - 6300 90 below 6000 50 or remove

and replace2

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-28

Cast-In-Place Structural Concrete 1 When concrete is part of an item or not a direct pay item, lot sizes, sampling, and acceptance testing for the

required quantities will be in accordance with 805.11. The value for each cubic yard required will be assessed at $350 for the purpose of applying payment adjustment percentages. The amount of payment adjustment for the quantity of concrete involved will be deducted from payment. Acceptance and payment schedules shall apply to the contract item itself for cast-in-place piling.

2 When the average compressive strength of any batch in a lot is less than the specified strength a prompt investigation will be made. If concrete is allowed to remain in place by the Chief Engineer, payment will be based on 50 percent of the contract price unless associated cylinders were improperly molded or tested and investigative core strength results are above design strength (f’c). If concrete is not allowed to remain in place, the identifiable deficient areas shall be removed and replaced at no direct pay.

3 Average Compressive Strength for A2 and A3 shall be taken at 56 to 59 days.

Table 901-6 Acceptance and Payment Schedules Structural Concrete (10/19): 901.13 Table 901-6 Acceptance and Payment Schedules Structural Concrete is deleted and replaced with the following:

Class A3, & MASS (A3) 9000 & above 100 8801 – 8999 98 8500 - 8800 90 below 8500 50 or remove

and replace2

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-29

Table 901-6 Acceptance and Payment Schedules

Structural Concrete Surface Resistivity per Lot, kΩ-cm (28 to 31 days)3

Class A1, A2, A3, S, P1, P2, P3, & MASS(A1,A2,A3)

Percent of Contract Price2

22.0 & above 100 20.0 - 21.9 98 18.0 - 19.9 90 below 18.0 50 or remove and replace1

1When the average surface resistivity is less than 18.0 kΩ - cm, an investigation will be made. If concrete is

allowed to remain in place by the Chief Engineer, payment will be based on 50 percent of the contract price. Any cores obtained in these investigations are for evaluation purposes only. Payment will be based on original acceptance samples.

2When concrete is part of an item or not a direct pay item, the value for each cubic yard of concrete required will be assessed at $350 for the purpose of applying payment adjustment percentages. The amount of payment adjustment for the quantity of concrete involved will be deducted from payment.

3Surface resistivity for A2, A3, MASS(A2), and MASS(A3) shall be taken at 56 to 59 days.

SP HIGH EARLY STRENGTH CONCRETE (02/19): Part IX of the 2016 Louisiana Standard Specifications for Roads and Bridges is

amended to include the following:

Section 902 High Early Strength Concrete

902.01 DESCRIPTION. This section specifies requirements for High Early Strength Concrete (HES),

including methods for handling, sampling, testing, and placing HES. When specified or when conditions merit, as determined by the Project Engineer, the early opening to traffic of concrete pavements and bridge approach slabs, the following requirements will apply for HES.

902.02 MATERIALS. For pavement patching, use a rapid patching material that is on the AML or a

Type B, D, or E concrete mixture. For bridge approach slabs, use Class A1 concrete. All HES concrete mixtures shall conform to Section 901 with the following exceptions:

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-30

1. Type III cement is allowed. 2. Do not use chloride-type accelerators. 3. Resistivity requirements do not apply to HES. 4. Type B or Type D may be substituted for the Class A1 concrete on

approach slabs, provided the mix achieves the compressive strength required for Class A1 concrete.

For early opening to traffic, attain a minimum compressive strength of 3,000 psi

within the lane closure time frame specified in the plans, contract documents or where construction conditions merit, as stated in the plans or as determined by the Project Engineer. Verify by trial batch that the proposed HES concrete mix achieves a minimum compressive strength of 3000 psi within the specified time frame. Use the maturity method for compressive strength determination according to ASTM C1074. If any of the mix components change (material sources, mix proportions change by more than ±5%; admixture dosages change by more than ±20%), a new maturity curve must be developed and verified. Submit to the Project Engineer, for review and approval, the HES concrete mix design, trial batch results, and maturity curves. Trial batch requirements may be waived, with written approval from the District Laboratory Engineer, for previously approved mix designs when all materials and proportions of the proposed design exactly match the previously approved mix design materials.

902.03 CONSTRUCTION REQUIREMENTS. Follow the manufacturer’s or supplier’s recommendations on mixing and placing

high early strength concrete. Place the concrete continuously to prevent formation of cold joints. Promptly finish the concrete as specified in 601.03.9. Immediately after finishing, apply curing compound at one gallon per 50 square feet.. (For example, the surface should look like a blank sheet of white paper).

902.04 TESTING FOR OPENING TO TRAFFIC. A minimum of two maturity sensors are to be placed in each identifiable concrete

pour per mix Type/Class for compressive strength determination with the use of maturity curves.

A minimum of four concrete cylinders for the first placement and, thereafter, for every 1000 square yards of concrete placed or every month of concrete placement shall be made according to DOTD TR 226 and tested in accordance with DOTD TR 230 in order to verify the sensor results. When the results of testing the verification cylinders vary from the maturity curve results by more than negative 10%, then the mix design shall no longer be used until a new maturity curve has been developed.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-31

The frequency of verification may be increased at the discretion of the Project Engineer.

902.05 ACCEPTANCE TESTING. Sampling for acceptance testing for compressive strength shall be done in

accordance with the requirements of the pay item associated with the use of the HES concrete. If the results of the testing for opening to traffic meet the minimum requirements for compressive strength of the pay item associated with the use of the HES concrete, then these results shall be used in lieu of acceptance testing.

PROPERTY FOR PORTLAND CEMENT CONCRETE AGGREGATE (11/18):

Section 1003.01.4.1 and Section 1003.01.4.2 are deleted and replaced with the following:

1003.01.4.1 ALKALI SILICA REACTIVITY (ASR) OF SANDS AND GRAVELS IN PORTLAND CEMENT CONCRETE: For source approval, aggregates for use in portland cement concrete are tested for

alkali silica reactivity properties in accordance with ASTM C289. Aggregates categorized as “innocuous” (non-reactive) are allowed without restriction. Aggregates categorized as “potentially deleterious” or “deleterious” by ASTM C289 must be further appraised by ASTM C1260 testing, using a portland cement from the Department’s Approved Materials List. If ASTM C1260 then designates aggregates as “potentially deleterious,” (greater than 0.1% expansion but less than 0.2% expansion) then use either a mixture containing 30 percent class F fly ash substitution or a mixture containing 50 percent slag substitution as specified in Section 901 for mixtures incorporating these “potentially deleterious” aggregates. If ASTM C1260 results exceed 0.2%; aggregate must be further evaluated by means of ASTM C1293 to determine reactivity. If ASTM C1293 results are greater than 0.04% expansion; the aggregate is considered “reactive”. Concrete mixtures incorporating aggregates designated as “reactive” will not be allowed. Aggregate source will not be given a concrete user code until this evaluation is complete. Aggregates must wait a minimum of 6 months after a failing ASTM C1293 result, to resubmit the material for evaluation; a passing ASTM C1293 must be submitted with request for re-certification.

1003.01.4.2 ALKALI CARBONATE REACTIVITY (ACR) AND ALKALI SILICA REACTIVITY (ASR) OF LIMESTONE IN PORTLAND CEMENT

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-32

CONCRETE: For source approval, limestone aggregates for use in portland cement concrete

will be evaluated for alkali carbonate reactivity (ACR) and alkali silica reactivity (ASR) utilizing AASHTO PP65-11. If the aggregates chemical composition (Cao/Mgo ratio vs Al2O3) plots outside of the diverging lines of the CSA A23.2 – 26A chart; the aggregate is considered non-expansive for ACR. Aggregate shall then be checked for ASR. If ASTM C1260 designates aggregates as “potentially ASR deleterious,” (greater than 0.1% expansion but less than 0.2% expansion) then use either a mixture containing 30 percent class F fly ash substitution or a mixture containing 50 percent slag substitution as specified in Section 901 for mixes incorporating these “potentially ASR deleterious” aggregates. If ASTM C1260 results exceed 0.2%; aggregate must be further evaluated by means of ASTM C1293 to determine ASR reactivity. If ASTM C1293 results are greater than 0.04% expansion; the aggregate is considered reactive and will not be allowed in concrete mixtures. If the aggregate plots inside of the diverging lines of the CSA A23.2 – 26A chart; then the aggregate in considered “potentially ACR expansive” and shall be further appraised by ASTM C 1105 testing. If ASTM C1105 results are greater than 0.03% expansion; the aggregate is considered “ACR reactive”. Concrete mixtures incorporating aggregates designated as “ASR and/or ACR reactive” will not be allowed. Aggregate source will not be given a concrete user code until these evaluations (ASTM C1260, Chemical composition plot of CSA A23.2 – 26A chart and/or ASTM C1105/C1293) are complete. Aggregates must wait a minimum of 6 months after a failing ASTM C1105 and/or ASTM C1293 results, to resubmit the material for evaluation; passing ASTM C1293 and/or ASTM C1105 results must be submitted with request for re-certification.

LIGHTWEIGHT AGGREGATE FOR EMBANKMENT, BACKFILL OF STRUCTURAL EXCAVATION, AND EARTH RETAINING SYSTEMS (11/18):

Section 1003 is amended to include the following:

1003.12 LIGHTWEIGHT AGGREGATE FOR EMBANKMENT, BACKFILL OF STRUCTURAL EXCAVATION, AND EARTH RETAINING SYSTEMS:

Lightweight aggregate shall be from the the Approved Materials List. Lightweight aggregate shall consist of cubicle fragments which are of uniform density and are free from foreign matter.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-33

Lightweight aggregate backfill shall provide a minimum internal friction angle (φ) of 34 degrees and comply with the following table.

Lightweight Coarse Aggregate Gradation U.S. Sieve Size Percent Passing

3/4 inch 100 1/2 inch 90-100 3/8 inch 40-80

No. 4 0-15 No. 8 0-5

Lightweight aggregates shall show an abrasion loss of not more than 40 percent

when tested in accordance with DOTD TR 111. The unit weight (mass) (AASHTO T19) of lightweight coarse aggregate shall not exceed 55 pounds per cubic foot, dry loose measurement. If the unit weight (mass) of any shipment of lightweight coarse aggregate differs by more than 10 percent from that of the sample submitted for acceptance tests, the shipment shall be rejected.

SP CONCRETE ADMIXTURES (03/19): Section 1011 of the Louisiana Standard Specifications of Roads and Bridges is

amended as follows: Delete Table 1011-2 Physical Requirements for Admixtures. Section 1011.02 ADMIXTURES is deleted and replaced with the following:

1011.02 ADMIXTURES.

1011.02.1 Physical Requirements: Use concrete admixtures from the Approved Materials List, when tested in

accordance with ASTM C494 or ASTM C260.

SIGNS AND PAVEMENT MARKINGS (02/19): Section 1015 Signs and Pavement Markings is deleted and replaced with the

following:

Section 1015 Signs and Pavement Markings

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-34

1015.01 GENERAL REQUIREMENTS. Signs and pavement markings materials shall comply with these specifications,

the plans and the MUTCD. When directed, the contractor shall furnish and prepare samples for testing in accordance with Department instructions.

1015.02 METALS.

1015.02.1 Ferrous Metals:

1015.02.1.1 Structural Steel: Structural steel for posts, stringers, framing and miscellaneous steel shall comply

with AASHTO M 270, Grade 36. Steel shall be galvanized in accordance with 811.08.

1015.02.1.2 Steel Pipe: Steel pipe or tubing for structures shall be Schedule 40 (STD) complying with

ASTM A53, Type E or Type S Grade B, or hot formed tubing complying with ASTM A36 and ASTM A501.

1015.02.1.3 U-Channel Steel Posts for Small Signs, Markers, and Delineators: Posts shall be steel of the flanged channel type shown on the plans, galvanized

after fabrication in accordance with 811.08. Before fabrication, posts shall be within 3.5 percent of the specified weight.

Posts shall be fabricated from steel complying with either ASTM A499, Grade 60 with chemical properties conforming to ASTM A1 for 91 lb/yd or heavier rail steel, or ASTM A576, Grade 1080 with 0.10 to 0.20 percent silicon. Holes 3/8 inch in diameter shall be drilled or punched through the middle of each post on one inch centers for the full length of the post.

1015.02.1.4 Square Tubing for Small Signs, Markers, and

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-35

Delineators: The square tubing shall conform to ASTM A1011, Grade 50 for hot rolled carbon

steel, structural quality. The average minimum tensile strength after cold-forming is 60,000 psi. The cross section of the square tubing shall be a square tube formed and carefully rolled to size and shall be welded by high frequency resistance welding and externally scarfed to agree with corner radii and dimensional tolerances shown in the DOTD Roadside Traffic Sign Standard Details. It shall be manufactured from hot-dipped galvanized steel conforming to ASTM A653, G90, Structural Quality, Grade 50, Class 1. The weld shall be hot zinc coated after the scarfing operation. The steel shall be coated with a chromate conversion coating and a clear organic polymer topcoat.

Perforated sign posts shall be 2 inches x 2 inches square tubing for the upright sign post and 2 1/4 inches x 2 1/4 inches x 3 feet shall be used for anchoring into soil using wet concrete in accordance with the Roadside Traffic Sign Standard Plans.

1015.02.1.5 Square Tubing Breakaway Supports, Hardware and Related Accessories: These items shall meet the specifications in DOTD Roadside Traffic Sign

Standard Details. The breakaway support shall be a Kleen-Break Model 425 post coupler manufactured by Xcessories Squared.

1015.02.2 Aluminum Alloy: Structural members shall be aluminum complying with ASTM B221 or ASTM

B429, Alloy 6061-T6. Miscellaneous aluminum shall comply with ASTM B209, Alloy 6061-T6.

1015.02.3 Connectors:

1015.02.3.1 Structural Bolts, Nuts and Washers: High strength bolts shall comply with ASTM A325, and other bolts shall comply

with ASTM A307, Grade A or Grade B. Bolts shall have hexagonal heads and include two flat washers and one lock washer and one hexagonal-head nut. Bevel washers, where required, shall be wrought steel. Bolts, nuts and washers shall be galvanized in accordance with ASTM A153 or by an approved mechanical galvanizing process complying with ASTM B695 that provides the same coating thickness.

Anchor bolts shall comply with ASTM F1554. Anchor bolts shall be hot dip galvanized in accordance with ASTM A153.

Stainless steel bolts shall comply with ASTM F593, alloy groups 1, 2, or 3 (except alloys 303 or 303 Se), with a minimum tensile strength of 70,000 psi.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-36

1015.02.3.2 Fasteners: Use vandal resistant aluminum alloy fasteners with brasier heads complying with

ASTM B316, Alloy 2024-T4, to attach Interstate, Louisiana, and U.S. shields to the sign panel.

1015.03 FLEXIBLE POSTS. Flexible posts for delineators shall be from the Approved Materials List.

1015.04 SIGN PANELS. Flat sign panels shall be marked on the front bottom edge with MUTCD code,

initials of the manufacturer and the date. Extruded panels shall be marked on the back in accordance with the standard plans.

1015.04.1 Permanent Sign Panels: New and recycled flat panels shall be 0.080 inch thickness aluminum sheets or

plates complying with ASTM B209, Alloy 6061-T6 or Alloy 5052-H38. New and recycled extruded aluminum panels shall comply with ASTM B221,

Alloy 6063-T6 and after fabrication, shall have a flatness equal to or less than 0.031 inch per foot of length and 0.004 inch per inch of width. The traceability paperwork shall be maintained and available from the fabricator for 7 years.

1015.04.2 Temporary Sign Panels: Substrate for barricade panels shall be rigid thermoplastic. Substrate for portable

signs shall be new or recycled aluminum, wood or plastic. Substrate for post mounted signs shall be new or recycled aluminum, wood, rigid thermoplastic or aluminum clad low density polyethylene plastic.

1015.04.2.1 New or Recycled Aluminum: Aluminum sheeting shall be 0.080 inch thickness complying with ASTM B209,

Alloy 6061-T6 or Alloy 5052-H38.

1015.04.2.2 Wood: Plywood sheeting of exterior type grades either High Density Overlay or Medium

Density Overlay are acceptable for use provided the following requirements are met.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-37

Panels shall be a minimum of 5/8 inch thick, shall comply with the latest American Plywood Association specifications, and shall be identified with the APA edge mark or back stamp to verify inspection and testing. Prior to application of reflective sheeting, the surface shall be abraded with steel wool or fine sandpaper, and wiped thoroughly clean. The surface shall dry a minimum of 8 hours prior to application of sheeting. Cut edges of plywood panels shall be sealed with an approved aluminum pigmented polyurethane sealer.

1015.04.2.3 Plastic: Plastic substrate for barricade panels and signs shall be as follows:

1015.04.2.3.1 Fiber Reinforced Vinyl (PVC): The substrate shall have a nominal composite thickness of 0.04 inches and be

bonded to an approved retroreflective material by the manufacturer. 1015.04.2.3.2 Rigid Thermoplastic:

Rigid thermoplastic substrate shall consist of either High Density Polyethylene (HDPE) or High Density Polycarbonate (HDPC). The rigid thermoplastic for barricade panels shall be hollow core HDPE or HDPC with a minimum thickness of 0.625 inch. The thermoplastic for sign panels shall be 0.40 inch thick thin wall, fluted substrate or 0.625 inch thick blow molded substrate. Substrates shall be sufficiently rigid to maintain a flat face and shall be capable of attachment to the sign mounting in such a manner as not to crush or otherwise deform the substrate. Reflectorized sheeting applied to rigid thermoplastic shall have its manufacturer's approval for use on the substrate.

1015.04.2.3.3 Aluminum Clad Low Density Polyethylene (AL/LDPE) Plastic:

The aluminum clad low density polyethylene plastic substrate shall be 0.080 inch thick. The substrates shall be sufficiently rigid to maintain a flat face and shall be capable of attachment to the sign mounting in such a manner as not to crush or otherwise deform the substrate. Reflectorized sheeting applied to aluminum clad low density polyethylene shall have its manufacturer's approval for use on this substrate.

1015.05 REFLECTIVE SHEETING.

1015.05.1 Permanent and Temporary Standard Sheeting: Reflective sheeting shall be one of the following standard types as specified on

the plans and complying with ASTM D4956 except as modified herein. Reflective sheeting shall be from the Approved Materials List.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-38

Type III - A high-intensity retroreflective sheeting. This sheeting is typically encapsulated glass-bead retroreflective material.

Type IV - A “high-intensity” retroreflective sheeting, typically used for permanent highway signing, construction zone devices and delineators. This sheeting is typically a unmetalized microprismatic retroreflective element material.

Type V - A “super high-intensity” retroreflective sheeting, typically used for delineators. This sheeting is typically a metalized microprismatic retroreflective element material.

Type VI - An elastomeric, high-intensity retroreflective sheeting without adhesive. This sheeting is typically a vinyl microprismatic retroreflective element material.

Type VIII – A “super high-intensity” retroreflective sheeting, typically used for permanent highway signing, construction zone devices and delineators. This sheeting is typically an unmetalized microprismatic retroreflective element material.

Type IX – A “super high-intensity” retroreflective sheeting, typically used for permanent highway signing, construction zone devices and delineators. This sheeting is typically an unmetalized microprismatic retroreflective element material.

Type XI – A “super high-intensity” retroreflective sheeting, typically used for permanent highway signing, construction zone devices and delineators. This sheeting is typically an unmetalized microprismatic retroreflective element material.

1015.05.2 Deleted

1015.05.3 Deleted

1015.05.4 Adhesive Classes: The adhesive required for retroreflective sheeting shall be Class 1 (pressure

sensitive) as specified in ASTM D4956.

1015.05.5 Accelerated Weathering: Reflective sheeting, when processed, applied, and cleaned in accordance with the

manufacturer's recommendations, shall perform in accordance with the accelerated weathering standards in Table 1015-4.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-39

Table 1015-4 Accelerated Weathering Standards1

Type

Retroreflectivity2 Colorfastness3

Orange/ Fluorescent Orange

All colors, except

Orange/ Fluorescent

Orange

Orange/ Fluorescent

Orange

All colors, except

Orange/ Fluorescent

Orange

III 1 year 804 3 years 804 1 year 3 years

III (for drums)

1 year 804 1 year 804 1 year 1 year

V 1 year5 806 3

years5 806 1 year5 3 years5

VI 1/2 year 507 1/2 year

507 1/2 year 1/2 year

IV, VIII, IX, XI

1 year 808 3 years 808 1 year 3 years

1. At an angle of 45° from the horizontal and facing south in accordance with ASTM G7 at an approved test facility in Louisiana or South Florida.

2. Percent retained retroreflectivity of referenced table after the outdoor test exposure time specified. 3. Colors shall conform to the color specification limits of ASTM D4956 after the outdoor test exposure

time specified. 4. ASTM D4956, Table 4. 5. If outdoor weathering data is not available, artificial weathering according to ASTM D4956,

Supplemental Requirement S3 may be used. 6. ASTM D4956, Table 6. 7. ASTM D4956, Table 7. 8. ASTM D4956, Tables 5, 8, 9, and 10.

Reflective sheeting for signs, when processed, applied, and cleaned in accordance

with the manufacturer's recommendations shall perform outdoors in accordance with the performance standards in Table 1015-5.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-40

Table 1015-5 Reflective Sheeting Performance Standards

Type

Retroreflectivity1 — Durability2

Colorfastness3 Orange/ Fluorescent Orange

All colors, except Orange/Fluorescent

Orange

III 3 years 804 10 years 804 3 years

IV, VIII, IX, XI

3 years 805 10 years 805 3 years

1. Percent retained retroreflectivity of referenced table after installation and acceptance and the field exposure time specified.

2. All sheeting shall maintain its structural integrity, adhesion and functionality after installation and the field exposure time specified.

3. All colors shall conform to the color specification limits of ASTM D4956 after installation and the field exposure time specified.

4. ASTM D4956, Table 4. 5. ASTM D4956, Tables 5, 8, 9, and 10.

Table 1015-5a Permanent Signs Reflective Sheeting

Background Legend ASTM D4956

All Permanent Signs except for Overhead

Mounted Type IV Type IV

Overhead Mounted Signs Type IV 1 Type VIII or XI 2 1. Sign sheeting used for backgrounds of overheads mounted signs shall meet but not exceed an ASTM

D4956 type with retroreflectivity performance in excess of Type IV 2. Use a uniform sheeting type for legends on signs of the same support.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-41

1015.05.6 Temporary Signs, Barricades, Channelizing Devices, Drums and Cones:

1015.05.6.1 Temporary Signs: On all roadways, fabricate the warning construction signs using fluorescent

orange reflective sheeting meeting and/or exceeding ASTM D 4956 Type IV.

1015.05.6.2 Barricades: Reflective Sheeting shall meet or exceed the requirements of ASTM D 4956,

Type III.

1015.05.6.3 Vertical Panels: Reflective sheeting for ver t i ca l panels used to channelize or divide traffic

shall meet or exceed the requirements of ASTM D 4956, Type III.

1015.05.6.4 Drums and Supercones: Reflective sheeting for drums and supercones shall meet or exceed the

requirements of ASTM D 4956, Type III, and the Supplementary Requirement S2 for Reboundable Sheeting as specified in 1015.05.6.

1015.05.6.5 Traffic Cones: Reflective sheeting for traffic cones shall meet or exceed the requirements of

ASTM D4956, Type III or VI.

1015.05.7 Sheeting Guaranty: The contractor shall provide the Department with a guaranty from the sheeting

manufacturer stating that if the retroreflective sheeting fails to comply with the performance requirements of this subsection, the sheeting manufacturer shall do the following:

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-42

Table 1015-6 Manufacturer's Guaranty-Reflective Sheeting

Type

Manufacturer shall restore the sign face in its field location to its original effectiveness at no cost to the Department if failure occurs during the time period1 as specified below

Manufacturer shall replace the sheeting required to restore the sign face to its original effectiveness at no cost to the Department if failure occurs during the time period1 as specified below

Orange/ Fluorescent Orange

Digital printing and all sheeting colors, except Orange/Fluorescent Orange

Digital printing and all sheeting colors, except Orange/Fluorescent Orange

III <3 years <7 years 7 - 10 years

IV, VIII, IX, XI

<3 years <7 years 7 - 10 years

1. From the date of installation and acceptance.

Replacement sheeting for sign faces, material, and labor shall carry the unexpired

guaranty of the sheeting for which it replaces. The sign fabricator shall be responsible for dating all signs with the month and

year of fabrication at the time of sign fabrication.

1015.06 NON-REFLECTIVE SHEETING.

1015.06.1 General Requirements: Non-reflective sheeting film shall consist of an extensible, pigmented, weather-

resistant plastic film. Face side of film shall be supported and protected by a paper liner which is readily removable after application without the necessity of soaking in water or other solvents. Colors shall match visually and be within the limits shown in Table 11 of ASTM D4956.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-43

1015.06.2 Adhesive Requirements: Sheeting shall have a pre-coated pressure sensitive adhesive backing, which may

be applied without additional coats on either sheeting or application surface. Adhesive shall comply with ASTM D4956, Class 1 (pressure sensitive).

1015.06.3 Physical Characteristics: The film shall be readily cut by normal fabricating methods without cracking,

checking or flaking. Applied film shall be free from ragged edges, cracks, and blisters. The material shall have demonstrated its ability to withstand normal weathering without checking, cracking, or excessive color loss.

1015.07 SIGN ENAMELS, PAINTS, SILK SCREEN PASTE, OVERLAY FILM, AND DIGITAL PRINTING.

1015.07.1 Sign Enamels and Paints: These shall be applied in accordance with the sheeting manufacturer's

recommendations. Final appearance as well as materials used shall be subject to approval.

1015.07.2 Silk Screen Paste: Silk screen paste shall be mixed at the factory, well ground to a uniform

consistency and smooth texture, and shall be free from water and other foreign matter. It shall dry within 18 hours to a film that does not run, streak, or sag. Paste which has livered, hardened, or thickened in the container, or in which pigment has settled out so that it cannot be readily broken up with a paddle to a uniform usable consistency, will be rejected. Thinner shall be used in accordance with the sheeting manufacturer's recommendations.

Paste shall have proper pigmentation and consistency for use in silk screen equipment. The material shall produce the desired color and the same retroreflectivity values as required for reflective sheeting of the same type and color when applied on reflective sheeting background. Paste shall meet the quality and test requirements for appearance, coarse particles, and moisture and water resistance as specified for sign paints.

1015.07.3 Overlay Film: Transparent electronic cuttable overlay film shall produce the desired color and

the same retroreflectivity values as required for reflective sheeting of the same type and color when applied on reflective sheeting background.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-44

1015.07.4 Digital Printing: Use digital printing systems that are part of an integrated component system

including appropriate software and drivers, recommended and supported by a sheeting manufacturer listed on the Approved Materials List. Perform digital printing operations in accordance with the recommendations of the manufacturer of the retroreflective sheeting being used to produce the signs. Use digital printing system listed on the Approved Materials List.

Process messages before applying the sheeting to the base panel. Finished signs shall have a UV-protective clear overlay applied to the entire face

of the sign. Overlay shall be part of an integrated component system as recommended by the retroreflective sheeting manufacturer. Fluorescent orange work zone signs printed with black ink only do not require an overlay.Completed printed surface shall have sharp edges, be free of bubbles, blemishes, streaks or spotted areas, and show good workmanship.

Digital printing shall produce the desired color and the same retroreflectivity values as required for the reflective sheeting of the same type and color when applied on reflective sheeting background.

1015.08 TEMPORARY PAVEMENT MARKINGS.

1015.08.1 Temporary Tape: Temporary tape shall comply with ASTM D4592, Type I (removable) or Type II

(non-removable) and shall be from the Approved Materials List.

1015.08.2 Painted Stripe: Paint shall be an approved traffic paint complying with 1015.12. Glass beads for

drop-on application shall comply with 1015.13.

1015.08.3 Temporary Raised Pavement Markers (Tabs): Shall be flexible reflective tabs having a nominal width of 4 inches. The markers

shall be yellow with amber reflective area on both sides. The body of the marker shall consist of a base and vertical wall made of polyurethane or other approved material and shall be capable of maintaining a reasonable vertical position after installation. The initial minimum Coefficient of Luminous Intensity at an entrance angle of -4 degrees and an observation angle of 0.2 degrees shall be 230 mcd/lx when measured in accordance with ASTM E810.

The reflective material shall be protected with an easily removable cover of heat resistant material capable of withstanding and protecting the reflective material from the application of asphalt at temperatures exceeding 325°F.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-45

1015.09 RAISED PAVEMENT MARKERS. Markers shall be either non-reflectorized or reflectorized, as specified. Markers

shall be from the Approved Materials List.

1015.09.1 Non-Reflectorized Markers:

1015.09.1.1 Description: Non-reflectorized markers shall consist of an acrylonitrile butadiene styrene

polymer or other approved material, and shall be approximately 4 x 6-inches.

1015.09.1.2 Physical Requirements: Markers shall comply with the compressive strength requirements of ASTM

D4280. The color shall be in accordance with the plans and the MUTCD.

1015.09.2 Reflectorized Markers: Reflectorized markers shall comply with ASTM D4280, Designation H and

Designation F. The type and color shall be in accordance with the plans and the MUTCD. The markers shall be either standard or low profile. Standard markers shall have a base dimension of 3 x 3-inches and a maximum height of 0.80 inches. Low profile markers shall have a base dimension of 3 x 2-inches and a maximum height of 0.60 inches.

1015.09.3 Adhesive:

1015.09.3.1 Epoxy Adhesive: Epoxy adhesive shall be Type I or II epoxy resin system complying with 1017.03.

1015.09.3.2 Bituminous Adhesive: The adhesive shall conform to ASTM D4280 (any type) for asphalt surfaces and

D4280 Type II or Type III for concrete surfaces and shall be from the Approved Materials List.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-46

1015.10 THERMOPLASTIC PAVEMENT MARKINGS.

1015.10.1 Description: This specification covers hot-sprayed, hot-extruded, ribbon gun, and preformed

thermoplastic compound for pavement markings on asphalt or portland cement concrete pavement. Thermoplastic marking material shall consist of an alkyd based formulation. Non-preformed material shall be manufactured so as to be applied by spray 40 mils thick or extrusion 90 mils thick or greater to pavement in molten form, with internal and surface application of glass spheres, and upon cooling to normal pavement temperature, shall produce an adherent, reflectorized pavement marking of specified thickness and width, capable of resisting deformation. Black thermoplastic pavement markings shall require skid-resistant filler in lieu of glass beads. Black thermoplastic pavement markings shall have identical material properties to their white thermoplastic counterparts with the exception of color.

For yellow thermoplastic material, the type and amount of yellow pigment shall be at the option of the manufacturer, providing all other requirements of this specification are met. However, the pigment for yellow thermoplastic shall be lead free and shall meet the regulatory level of nonhazardous waste as defined by 40 CFR § 261.24 when tested in accordance with EPA Method 1311, Toxicity Characteristics Leaching Procedures. The manufacturer shall provide certification that the material provided meets these requirements.

1015.10.2 Suitability for Application: Thermoplastic material shall be a product especially compounded for pavement

markings. Markings shall maintain their original dimension and placement and shall not smear or spread under normal traffic at temperatures below 140°F. Markings shall have a uniform cross section. Glass beads shall be uniformly distributed to ensure that the full width of the line is visible at night. Pigment shall be evenly dispersed throughout the material thickness. The exposed surface shall be free from tack and shall not be slippery when wet. Material shall not lift from pavement in freezing weather. Cold ductility of material shall be such as to permit normal movement with the pavement surfaced without chipping or cracking.

1015.10.3 Standard (Flat) 90 mil or Greater Thermoplastic Pavement Markings:

White and yellow thermoplastic shall be from the Approved Materials List and comply with AASHTO M 249 as modified herein. All other colors are not required to be from the Approved Materials List.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-47

1015.10.3.1 Color: 1015.10.3.1.1 Laboratory Performance:

The yellow thermoplastic shall comply with the requirements of Table 1015-7 when tested in accordance with ASTM E1349.

Table 1015-7 Color Specification Limits (Daytime)

Color 1 2

3

4

x y x y x y x y

Yellow 0.4756 0.4517 0.4985 0.4779 0.5222 0.4542 0.4919 0.4354 (The four pairs of chromaticity coordinates determine the acceptable color in

terms of the CIE 1931 Standard Colorimetric System measured with Standard 2° Observer and Standard Illuminant D65.)

1015.10.3.1.2 Field Performance: The Department may take initial daytime color and luminance factor (Y%)

readings, as required by the engineer, within 7 to 30 days after installation to verify compliance with ASTM D6628.

1015.10.3.2 Whiteness Index: White thermoplastic shall have a minimum whiteness index of 40 when tested

according to ASTM E313.

1015.10.3.3 Retroreflectivity: All retroreflectivity readings shall be measured with a geometry of 1.05 degrees

observation angle and 88.76 degrees entrance angle as detailed in ASTM E1710. For 90 mil thermoplastic, the initial retroreflectance for the in-place 4 inch lines

marking shall have a minimum value of 425 mcd/lux/sq m for white and 300 mcd/lux/sq m for yellow. The Department may take readings on 4 inch lines before the expiration of the Guarantee Period in accordance with 104.05. Readings shall be at least 325 mcd/lux/sq m or greater for white and 200 mcd/lux/sq m or greater for yellow.

Only white and yellow markings require reflectivity testing. In lieu of measurements, the engineer shall determine by visual nighttime

inspection that stop bars, cross walks, chevrons, hash marks, legends and symbols have sufficient reflectance. For 8 inch lines for gores and turn lanes, the initial retroreflectance for the in-place marking shall meet 250 mcd/lux/sq m for white.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-48

1015.10.3.4 Friction Resistance: Thermoplastic markings shall have a minimum initial friction resistance number

of 45 British Pendulum Number (BPN) when tested in accordance with ASTM E303.

1015.10.4.5 Composition: The material shall meet the following composition requirements:

White (% by weight) Yellow (% by weight) Glass Spheres 40 percent minimum 40 percent minimum

The intermixed glass spheres contained in the thermoplastic material shall

conform to AASHTO M 247. The proportion of intermixed glass spheres shall be 50% Type I and 50% Type III.

1015.10.4 Standard (Flat) 40 mil Thermoplastic Pavement Markings: Materials shall comply with AASHTO M 249 as modified herein. The meltdown

temperature for all laboratory tests shall be 375°F ± 3°F.

1015.10.4.1 Composition: The material shall meet the following composition requirements:

White (% by weight) Yellow (% by weight) Binder 25 percent minimum 25 percent minimum

Glass Spheres 30 percent minimum 30 percent minimum

The intermixed glass spheres contained in the thermoplastic material shall conform to AASHTO M 247 Type I.

1015.10.4.2 Color: 1015.10.4.2.1 Laboratory Performance:

The yellow thermoplastic shall comply with the requirements of Table 1015-7, “Color Specification Limits (Daytime)” when tested in accordance with ASTM E1349.

1015.10.4.2.2 Field Performance: The Department may take initial daytime color and luminance factor (Y%)

readings, as required by the engineer, within 7 to 30 days after installation to verify compliance with ASTM D6628.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-49

1015.10.4.3 Softening Point: After heating the marking compound for 4 hours ± 5 min. at 375°F ± 3°F and

testing in accordance with ASTM E28, the material shall have a minimum softening point of 190°F as measured by the ring and ball method.

1015.10.4.4 Indentation Resistance: The material, when tested in accordance with ASTM D2240, Shore Durometer,

A2, shall not exceed 40 when tested at 115°F ± 3°F.

1015.10.4.5 Retroreflectivity: All retroreflectivity readings shall be measured with a geometry of 1.05 degrees

observation angle and 88.76 degrees entrance angle as detailed in ASTM E1710. For 40 mil thermoplastic, initial retroreflectance for the in-place marking shall

have a minimum of 250 mcd/lux/sq m for white and 175 mcd/lux/sq m for yellow. The Department may take readings before the expiration of the Guarantee Period in accordance with 104.5. Readings shall be at least 200 mcd/lux/sq m or greater for white and 125 mcd/lux/sq m or greater for yellow.

1015.10.4.6 Friction Resistance: Thermoplastic markings shall have a minimum initial friction resistance number

of 45 British Pendulum Number (BPN) when tested in accordance with ASTM E303.

1015.10.5 Preformed Thermoplastic Pavement Markings White and yellow preformed thermoplastic shall be from the Approved Materials

List and comply with AASHTO M 249 as modified herein. All other colors are not required to be Approved Materials List products. Preformed thermoplastic shall be a minimum of 125 mils thick prior to application.

1015.10.5.1 Color 1015.10.5.1.1 Laboratory Performance:

Yellow preformed thermoplastic shall comply with the requirements of ASTM D6628.

1015.10.5.1.2 Field Performance: The Department may take initial daytime color and luminance factor (Y%)

readings, as required by the engineer, after 7 days and within 30 days after installation to verify compliance with ASTM D 6628.

1015.10.5.2 Softening Point: After heating the preformed thermoplastic material and testing in accordance

with AASHTO T 250, the material shall have a minimum softening point of 200° F.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-50

1015.10.5.3 Friction Resistance: Preformed thermoplastic markings shall have a minimum initial friction

resistance number of 45 BPN when tested in accordance with ASTM E303.

1015.10.5.4 Retroreflectivity: All retroreflectivity readings shall be measured with a geometry of 1.05 degrees

observation angle and 88.76 degrees entrance angle as detailed in ASTM E1710. In lieu of measurements, the engineer shall determine by visual nighttime

inspection that preformed thermoplastic pavement markings have sufficient reflectance.

1015.11 PREFORMED PLASTIC PAVEMENT MARKING TAPE.

1015.11.1 General: Preformed plastic pavement marking tape shall be from the Approved Materials

List and shall comply with ASTM D4505 Retroreflectivity Level I or Level II, except as modified herein. The marking tape shall be Class 2 or 3. The type and color shall be in accordance with the plans and the MUTCD.

1015.11.2 Thickness: All preformed plastic pavement marking tape shall have a minimum overall

thickness of 0.060 inches when tested without the adhesive.

1015.11.3 Friction Resistance: The surface of the Retroreflectivity Level II preformed plastic pavement marking

tape shall provide a minimum friction resistance value of 35 BPN when tested according to ASTM E303. The surface of the Retroreflectivity Level I preformed plastic pavement marking tape shall provide a minimum friction resistance value of 45 BPN when tested according to ASTM E303. Friction values will be calculated for the Retroreflectivity Level I material with a raised surface pattern as defined in ASTM D4505 by averaging values taken at downweb and at a 45 degrees angle from downweb.

1015.11.4 Retroreflective Requirements: The preformed plastic pavement marking tape shall have the minimum initial

specific luminance values shown in Table 1015-8 when measured in accordance with ASTM D4061.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-51

Table 1015-8 Specific Luminance of Preformed Plastic Tape

Type Observation

Angle, degrees

Entrance Angle, degrees

Specific Luminance (mcd/sq m/lx)

White Yellow

Retroreflectivity Level I 1.05 88.76 500 300

Retroreflectivity Level II 1.05 88.76 250 175

1015.11.5 Durability Requirements: The Retroreflectivity Level I preformed plastic pavement marking tape shall

show no appreciable fading, lifting or shrinkage for at least 4 years after placement for longitudinal lines and at least 2 years after placement for symbols and legends.

The Retroreflectivity Level I preformed plastic pavement marking tape shall also retain the following reflectance values for the time period detailed in Table 1015-9.

Table 1015-9 Retained Specific Luminance for Retroreflectivity Level I Preformed

Plastic Pavement Marking Tape

Time Observation

Angle, degrees

Entrance Angle, degrees

Specific Luminance

(mcd/sq m/lx)

White Yellow

1 year 1.05 88.76 400 240

3 years (2 years for symbols and legend)

1.05 88.76 100 100

1015.11.6 Plastic Pavement Marking Tape Guaranty (Retroreflectivity Level I):

If the plastic pavement marking tape fails to comply with these performance and durability requirements withinthe warranty timeframe shown in Section 104.05for Retroreflectivity Level I, the contractor shall replace the plastic pavement marking material in accordance with Section 104.05.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-52

1015.12 TRAFFIC PAINT. The contractor shall use water-borne traffic paint. Each paint container shall bear

a label with the name and address of manufacturer, trade name or trademark, type of paint, number of gallons, batch number and date of manufacture.

Paints shall be from the Approved Materials List. Paints shall show no excessive settling, caking or increase in viscosity during 6 months of storage, and shall be a suitable consistency for standard spray gun application.

An infrared curve shall be generated in accordance with DOTD TR 610 and compared with the standard curve made during the initial qualification process.

For yellow paint material, the manufacturer shall determine the type and the amount of yellow pigment, providing the final product meets all of the requirements of this specification. However, the pigment for yellow paint shall be lead free and shall meet the regulatory level of non-hazardous waste as defined by 40 CFR § 261.24 when tested in accordance with EPA Method 1311, Toxicity Characteristics Leaching Procedures. The manufacturer shall provide certification that the material provided meets these requirements.

1015.12.1 Water Borne Traffic Paint: This material shall be a rapid setting waterborne compound suitable for use with

hot application equipment. The paint shall contain Dow Fastrack HD-21A, Arkema DT-400 acrylic emulsion, or approved equal. The material shall meet the requirements of Table 1015-10 and Table 1015-11.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-53

Table 1015-10 Water Borne Traffic Paint Physical Properties

Requirements Property Test Method Min. Max.

pH ASTM E70 9.9 — Viscosity, at 25°C Krebs Unit ASTM D562 78 95

Drying Time, minutes1 ASTM D711 — 10 Total Solids, % by mass ASTM D2369 73 79

Percent Pigment2 ASTM D3723 55 62 Non-volatiles in Vehicle, % by

weight ASTM D215 43 —

Weight per Gallon, lb/gal ASTM D1475 — — White 13.7 —

Yellow 13.1 — Daylight Reflectance, % ASTM E1349

White 80 — Yellow 50 —

Fineness of Grind ASTM D1210 3 — Color 3 Pass

Shelf Life, months 12 — Pigment Composition 4 Pass

Infrared Spectroscopy (IR) DOTD TR 610 Pass 1. Drying time to no track - Paint applied at 15 mils (375 μm) wet on the road surface with paint heated to

120-150°F (50-65°C) shall not show tracking when a standard size automobile crosses in a passing maneuver at 3 minutes.

2. Do not apply any theoretical empirical factors in determining the percent of the paint. Do not calculate percent pigment by adding back the burned-off organic constituents of the pigment.

3. Color (without glass beads) - Yellow paint shall comply with the requirements of Table 1015-11 when tested in accordance with ASTM E1349. White shall be a clean, bright, untinted binder.

4. The white paint shall contain a minimum of 1.0 pound per gallon (120 g/L) of rutile titanium dioxide (Ti02) as determined using DOTD TR 523. The rutile titanium dioxide shall comply with ASTM D476.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-54

Table 1015-11 Water Borne Traffic Paint Color Specification Limits (Daytime)

Color 1 2 3 4

x y x y x y x y

Yellow 0.493 0.473 0.518 0.464 0.486 0.428 0.469 0.452

(The four pairs of chromaticity coordinates determine the acceptable color in terms of the CIE 1931 Standard Colorimetric System measured with Standard 2° Observer and Standard Illuminant D65.)

1015.12.2 Initial Retroreflectivity: All retroreflectivity readings shall be measured with a geometry of 1.05 degrees

observation angle and 88.76 degrees entrance angle as detailed in ASTM E1710. For traffic paint, initial retroreflectance shall have a minimum of 250 mcd/lux/sq

m for white and 175 mcd/lux/sq m for yellow. Glass beads shall be uniformly distributed to ensure that the full width of the line is visible at night.

1015.12.3 Initial Daytime Color and Luminance Factor: For traffic paint, test the initial daytime color and luminance factor (Y%)

according to ASTM D6628. The Department may take readings 7 to 30 days after installation to verify compliance with ASTM D6628.

1015.13 GLASS BEADS FOR PAVEMENT MARKINGS. Glass beads for use with painted traffic striping and flat thermoplastic striping

shall conform to the specification requirements of AASHTO M 247, as modified herein.

1015.13.1 Moisture Resistance-Flow Characteristics: The beads shall not absorb moisture in storage. They shall remain free of clusters

and lumps and shall flow freely from the dispensing equipment.

1015.13.2 Gradation: Glass beads shall meet the gradation requirements of AASHTO M 247 for the

specified Type, when tested in accordance with ASTM D1214.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-55

1015.13.2.1 Painted Traffic Striping: Glass beads for permanent painted traffic striping shall meet the gradation

requirements of AASHTO M 247 Type 3. For temporary painted traffic striping, the contractor may determine which beads to use provided the line is reflective for the expected line life. Table 1015-12, “Gradation of 1.9 Refractive Index Glass Beads” may be used as an alternate on chip seal.

Table 1015-12

Gradation of 1.9 Refractive Index Glass Beads

U.S. SIEVE (METRIC SIEVE) PERCENT PASSING

No. 18 (1.00 mm) 95-100

No. 20 (850 µm) 85-95 No. 30 (600 µm) 40-85 No. 40 (425 µm) 20-45 No. 50 (300 µm) 0-5

1015.13.2.2 Flat Profile Thermoplastic Striping: Drop-on beads for flat profile thermoplastic striping shall meet the gradation

requirements of Table 1015-13 as determined by the thickness of the striping specified.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-56

Table 1015-13 Types of AASHTO M 247 Glass Beads used for Flat Profile

Thermoplastic Striping1

THICKNESS NUMBER OF BEAD DROPS APPLICATION #1

APPLICATION #2

40 mil spray Single Drop

AASHTO M247 Type 2 or Table

1015-12 or Contractor’s discretion2

Not required

90 mils or greater

Double Drop AASHTO M247

Type 4

AASHTO M 247 Type 1 or Table

1015-12 or Contractor’s discretion2

1. Materials not designated in AASHTO M 247 require approval from the engineer. 2. Materials used at the contactors discretion shall meet the retroreflectance requirements.

1015.13.3 Roundness: Beads shall have a minimum of 75 percent true spheres when tested according to

ASTM D1155, Method A. AASHTO M247 Type 3 and 4 beads shall have a minimum of 80 percent true spheres when tested by ASTM D1155, Method A.

1015.13.4 Angular Particles: The beads shall have no more than 3 percent angular particles per screen.

1015.13.5 Refractive Index: The beads shall have a minimum refractive index of 1.50 when tested by the

liquid immersion method. Beads conforming to Table 1015-12 shall have a minimum refractive index of 1.90.

1015.13.6 Glass Bead Coating: All beads except Type 1 shall be coated with an adhesion assuring coating when

tested in accordance with AASHTO M 247. The smaller AASHTO M 247 Type 1 beads shall also be coated to provide free flowing characteristics when tested in accordance with AASHTO M 247.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-57

1015.13.7 Packaging and Marking: The beads shall be packaged in moisture proofed containers. Each container shall

be stamped with the following information: Name and address of manufacturer, shipping point, trademark or name, the wording “Embedment Coated Glass Beads,” type, weight, lot number and the month and year of manufacture.

1015.13.8 Heavy Metal Limits: Glass beads shall not contain more than 75 parts per million of inorganic arsenic

when tested using EPA Method 6010B in conjunction with EPA Method 3052 for sample preparation.

NS EPOXY-URETHANE OVERLAY (08/16):

1.0 DESCRIPTION Furnish and install a concrete deck treatment and a two (2) layer hybrid polymer

overlay with a blend of hard aggregate, resulting in an overlay thickness of 3/8 inch. Provide a deck treatment and overlay which seals the deck, repairs cracks, has the specified friction, resists wearing, and withstands traffic loads, extreme changes in weather conditions, and deformations due to structure loading and temperature changes.

For this specification, the term “epoxy-urethane” is taken to mean a chemical combination of epoxy and urethane molecules that results in a flexible overlay.

When the plans specify placement on concrete pavement, the term "deck" in the specification is taken to mean "pavement."

2.0 MATERIALS

2.1 Concrete Deck Patching Use patching materials that are free of Magnesium Phosphate. Use patching

materials which are compatible with the deck treatment and overlay, accepted by the Project Engineer, and approved by the overlay team representatives and patch material manufacturer.

2.2 Concrete Deck Treatment The concrete deck treatment consists of a two-part hybrid polymer, free of any

fillers or volatile solvents, and formulated to be mixed at a specific ratio specified by the overlay team member supervising the overlay formulation. Provide material viscosity and surface tension that will effectively seal the concrete deck, fill and repair cracks, and enhance bonding of the overlay to the concrete deck. Use concrete

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-58

deck treatment material which is compatible with the epoxy-urethane overlay material and approved by the overlay team representatives.

When Components A and B are mixed in the appropriate ratio, the cured concrete deck treatment resin shall conform to the requirements of Table 1. Test in accordance with Table 4.

Table 1 Physical Properties of the Cured Concrete Deck Treatment

Resin Property Value

Compressive Strength, min. 5000 psi (24 hr) Tensile Strength, min. 2500 psi (7 day) Tensile Elongation, min. 25% + 5% (7 day) Water Absorption, max. 0.5% by weight Shore D Hardness, 25C (77F), min. 70 + 5 Adhesion to Concrete 100% failure in concrete Percent Solids 100

2.3 Overlay (Two Layers) The overlay consists of a two-part epoxy-urethane hybrid polymer, free of any

fillers or volatile solvents, and formulated to be mixed at a specific ratio specified by the overlay team member supervising the overlay formulation.

Provide material flexibility without sacrificing hardness, chemical resistance, or strength. Use of external or conventional flexibilizers will not be accepted. Introduce material flexibility through interaction of elastomers to chemically link in the curing process so that molecule flexibility is least affected during the temperature conditions confronted in actual use. Provide epoxy-urethane material that will retain bauxite aggregate under vehicular traffic conditions.

When Components A and B are mixed in the appropriate ratio, the cured overlay resin and cured overlay shall conform to their respective requirements of Table 2. Test in accordance with Table 4.

Use bauxite aggregate. Use aggregate that is clean, non-friable, non-polishing and free from surface moisture. Use aggregate that is durable, sound and will perform satisfactorily. Use aggregate that is 100 percent fractured, thoroughly washed and kiln dried. Use aggregate from the same source. Use aggregate of uniform color or blended so that overlay color is uniform.

Conform to Table 2 and Table 3. Test in accordance with Table 4.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-59

Table 2 Physical Properties Cured Overlay Resin

Property Value Compressive Strength, min. 5000 psi (24 hr) Tensile Strength, min. 2000 psi (7 day) Load Bearing Capability At 20% strain, retain at least 85% original

load bearing tensile strength (ASTM D 638)

Tensile Elongation, min. 30% + 10% (7 day) Water Absorption, max. 0.5% by weight Shore D Hardness, 25C (77F), min. 70 + 5 Abrasion Resistance, max. 85 mg. Adhesion to Concrete 100% failure in concrete Adhesion to Steel, min. 300 psi Flexural Yield Strength, min. 5000 psi Percent Solids 100%

Bauxite Aggregate Property Value

Moisture Content, max. 0.2 % by weight Mohs Hardness, min. 6.5 Soundness Loss, 5 cycles in Magnesium Sulfate, max.

8%

Abrasion Value, max. 10% Cured Overlay

Property Value Thermal Compatibility No delaminations Friction, min. 65 FN40 Friction - Field Dynamic Value, min. 0.9 Friction - Mean Profile Depth, min. 1.0 mm

Table 3 Bauxite Aggregate Gradation

Sieve Size Percent Passing No. 6 95 min. No. 16 5 max.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-60

Table 4 Testing Requirements

Parameter Testing Requirements Compressive Strength DOTD TR 710, Compressive Strength of Epoxy-Urethane Overlay

System Tensile Strength, Elongation, and Load Bearing Capability

ASTM D 638, Tensile Properties of Plastics, Specimen Type I or Type II. Cure samples at 73.4 + 3.6F (23 + 2C) and 50 + 5% relative humidity. Use testing speed of 0.5 in. /min.

Water Absorption ASTM D 570, Water Absorption of Plastics. Use the following test modifications:

1. Use test specimen with the following dimensions: Diameter = 3.125 inch; Depth = 0.5 inch

2. Cure test specimen at 73.4 + 3.6F (23 + 2C) and 50 + 5% relative humidity.

Shore D Hardness ASTM D 2240, Rubber Property - Durometer Hardness. Prepare test specimen in accordance with ASTM D 570 (water absorption test). Use the following test modifications:

1. Use test specimen with the following dimensions: Diameter = 3.125 inch; Depth = 0.5 inch

2. Cure test specimen at 73.4 + 3.6F (23 + 2C) and 50 + 5% relative humidity.

Abrasion Resistance ASTM C 501, Test Method for Relative Resistance to Wear of Unglazed Ceramic Tile by the Taber Abrader. Perform tests using a CS-17 wheel and a 1,000 gram load for 1,000 cycles.

Adhesion to Concrete ACI-503-R; Pull-out Test Adhesion to Steel ASTM D 4541 Standard Test Method for Pull-off Strength of

Coatings. Use portable adhesion tester. Use thickness of cured epoxy-urethane resin as recommended by resin manufacturer, but no less than 10 mils. Clean steel plate surface to SSPC SP-6 standards.

Thermal Compatibility ASTM C 884, Thermal Compatibility Between Concrete and an Epoxy-Resin Overlay. Perform test with cured overlay in accordance with this specification.

Flexural Yield Strength

ASTM D 790

Soundness Loss AASHTO T 104 Aggregate Abrasion L.A. Abrasion Test Moisture Content AASHTO T 255 or ASTM C 566 Friction - FN40 AASHTO T 242.

1. Use a ribbed tire. 2. Perform at least one test per every 0.1 mile in each lane, but no

less than one test per lane.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-61

Friction - Field Dynamic Value

ASTM E 1911. Perform at least one test per every 1000 lane-feet, but no less than one test per lane.

Friction - Mean Profile Depth

ASTM E 2157. Perform at least one test per every 1000 lane-feet, but no less than one test per lane.

3.0 GUARANTEE Section 104.05 “Guarantees” is amended to include the following: For the Epoxy-Urethane Overlay item, the guarantee period for National

Highway System (NHS) and non-NHS routes will be 3 years after final acceptance. For the Epoxy-Urethane Overlay item, quality of materials and workmanship will

be considered as non-conforming to the specifications if any of the following occur during the guarantee period:

1. Delamination within the overlay or delamination from the concrete or steel surface.

2. More than 50% aggregate loss in top layer of overlay on more than 0.1 percent of the total overlay area, or on more than 10 contiguous square feet of overlay area.

3. Overlay friction less than 50 FN40 as measured by AASHTO T 242 in accordance with this specification.

4. Overlay thickness as defined in this specification becomes less than 1/4 inch on more than 100 contiguous square feet of overlay area.

4.0 SUBMITTALS

4.1 Project Material Samples, Certificates of Analysis and Infrared Spectrograph

At least sixty (60) calendar days prior to use of materials for overlay application, submit the following to the Department for testing and acceptance of materials and properties for each lot to be used on the project.

Submit at least a one-gallon sample of each epoxy-urethane component from each lot accompanied by its corresponding Certificates of Analysis and infrared spectrograph. Consider the product mix ratio in determining the amount of epoxy-urethane component sample provided.

Submit aggregate Certificates of Analysis for each lot. Submit documentation identifying aggregate material sources.

The submitted Certificates of Analysis and infrared spectrographs are to be issued by an independent certified testing laboratory. The Certificates of Analysis are to demonstrate conformance to Tables 1, 2, 3, and 4.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-62

4.2 Overlay Team At least sixty (60) calendar days prior to commencement of overlay application

work, submit for review to the Project Engineer documentation identifying the overlay team members. The overlay team is defined as follows:

4.2.1 Personnel proposed to supervise overlay formulation Personnel proposed to supervise overlay formulation, including at least one

person having a minimum of ten (10) years of experience formulating and/or supervising the formulation of the overlay to be used or overlays which meet this specification.

4.2.2 Personnel proposed to supervise surface preparation Personnel proposed to supervise surface preparation, including at least one

person having a minimum of five (5) years of experience supervising surface preparation for the overlay to be used or overlays which meet this specification.

4.2.3 Personnel proposed to supervise overlay application Personnel proposed to supervise overlay application, including at least one

person having a minimum of ten (10) years of experience in responsible charge of supervision of application of the overlay to be used or overlays which meet this specification. Provide the application locations (state, route, bridge name or feature crossed, etc.), dates of applications, and overlay specifications applied, which verify supervision experience.

4.3 Overlay Team Representatives At least sixty (60) calendar days prior to commencement of overlay application

work, submit for review to the Project Engineer documentation identifying the overlay team representatives. The overlay team representatives are composed of the individuals or individual meeting the experience requirements of Sections 4.2.1, 4.2.2, and 4.2.3.

4.4 Product Performance At least sixty (60) calendar days prior to commencement of overlay application

work, submit for review to the Project Engineer documentation demonstrating verifiable satisfactory performance of the overlay to be used.

Satisfactory performance shall be taken to mean overlays that have performed to the satisfaction of the owner under Average Daily Traffic of at least twenty thousand (20,000) vehicles per day for at least ten (10) years on at least five (5) bridges in any of the following states: Alabama, Florida, Georgia, Louisiana, Mississippi, or Texas.

Provide the application locations (state, route, bridge name or feature crossed, etc.), dates of applications, and overlay specifications applied.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-63

4.5 Moisture Meter Calibration At least fourteen (14) calendar days prior to commencement of overlay

application work, submit for review to the Project Engineer calibration certification for the moisture meter to be used for measuring concrete deck moisture content. Provide a certified test report from an independent laboratory, or from the moisture meter manufacturer if using new equipment.

4.6 Material Volume Reports and Core Samples Submit reports and samples in accordance with Section 5.4.1.

5.0 CONSTRUCTION REQUIREMENTS Do not proceed with overlay operations until submittals have been accepted by

the Project Engineer.

5.1. Storage and Handling Package all materials in durable containers. Identify liquid containers as

Components A and B and plainly mark with the name and address of the product manufacturer, product name, mixing proportions and instructions, lot and batch numbers, date of manufacture, and quantity contained therein.

Transport and store all liquid materials in their original containers or application machine tanks. Transport and store liquid materials under dry, temperature controlled conditions and maintain at a temperature range of 60F (minimum) and 90F (maximum).

Protective gloves, clothing, and goggles shall be worn by workers and inspectors directly exposed to the material. Provide product safety data sheets to all workers and inspectors.

Store aggregate in dry condition. Fully protect aggregate from any contaminants and do not expose to rain or other moisture.

5.2 Surface Preparation Apply specified surface preparation to surfaces to receive the overlay. Overlay application equipment is allowed to operate on prepared concrete

surfaces during overlay application provided surfaces to receive overlay are prevented from being contaminated.

Do not allow vehicular traffic on prepared surfaces. In the event the Project Engineer permits vehicular traffic on prepared surfaces, shot blast full roadway width of prepared surface exposed to vehicular traffic and perform additional surface preparation as needed to reestablish specified surface conditions.

For vehicular traffic on intermediate layers, conform to the restrictions under “Application of Overlay (Two Layers).”

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-64

Shot blast full roadway width of prepared surfaces exposed to rain. Unless specified otherwise, perform all surface preparation operations in the

presence of the Project Engineer and the overlay team member(s) supervising the surface preparation.

5.2.1 Concrete Deck Patching Conform to Structural Concrete Patching item specifications and the following.

Schedule patching to allow the required curing time with respect to patching material cure time requirements. Cure patch materials for a duration of at least the minimum recommended by the patch material manufacturer and agreed upon by the overlay team representatives. Cure patch materials to achieve strength, bond, and volume change, all prior to overlay application.

5.2.2 Additional Cleaning and Removal In areas not able to be reached by shot blasting equipment and for removing

detrimental materials, including, but not limited to, excess patch materials, lines, markings, markers, adhesives, asphalt, contaminants, liquids, etc., use sandblasting, walk-behind grinders, scarifiers or whatever method is required to satisfactorily remove detrimental materials and prepare surfaces. This additional cleaning should be performed prior to shot blasting whenever and wherever applicable and practical.

5.2.3 Concrete Deck Diamond Grinding or Micromilling When specified in the contract, conform to the deck grinding or micromilling

specifications. Perform grinding or micromilling after deck patching to remove any irregularities that would adversely affect performance or rideability of the overlay surface.

5.2.4 Concrete Deck Shot Blasting Clean the deck area specified to receive the overlay by shot blasting in

accordance with International Concrete Repair Institute (ICRI) Surface Preparation Level 5-7, or ASTM E-965 Pavement Macro-Texture Depth of 1.0 mm to 2.0 mm. Remove oil, dirt, rubber and other potentially detrimental materials such as curing compound and laitance, which, in the opinion of the Project Engineer or the overlay team representatives, would prevent proper bonding to, or curing of, the overlay.

Perform initial shot blasting operations in the presence of the Project Engineer and the overlay team representatives. Once the Project Engineer and overlay team representatives are satisfied with shot blasting operations and resulting surfaces, supervision may proceed with only the Project Engineer and overlay team member(s) supervising the surface preparation. Make overlay team representatives available upon request to assist in issue resolution throughout the duration of shot blasting operations.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-65

5.2.5 Overlay Intermediate Layer Shot Blasting Shot blast intermediate layer as needed to remove detrimental materials,

temporary markings, contaminants, water, etc. Shot blast intermediate layer which has been exposed to vehicular traffic or rain.

5.2.6 Steel Surfaces For steel surfaces, conform to the recommendations of the overlay team

representatives for surface preparation specifications, and the following. Abrasive blast clean steel designated to receive the overlay to SSPC SP-6 standards as a minimum.

Provide a 5 mil minimum angular anchor profile. Prior to overlay application, test profile of prepared steel surface to receive overlay in accordance with ASTM D 4417, Standard Test Methods for Field Measurement of Surface Profile of Blast Cleaned Steel, Method C. Use "X-Coarse Press-O-Film replica tape.

For each deck joint, perform at least one (1) ASTM D 4417 test at the location designated by the Project Engineer. The test may be performed at any location within the roadway width. For steel bridge deck, perform at least one (1) test for every 500 square feet of prepared steel surface to receive overlay.

5.2.7 Concrete Surface Moisture Measurements For concrete surfaces, perform moisture measurements on a 10-foot by 10-foot

grid throughout the application area using the calibrated electronic moisture meter.

5.3 Application Do not commence application operations until prepared surfaces have been

accepted by the Project Engineer. Immediately before application of liquids, clean all prepared surfaces using dry

oil-free compressed air or vacuum to remove dust and debris. Apply overlay to clean and dry surfaces.

Do not apply or cure deck treatment or overlay on concrete surfaces under any of the following conditions:

1. Deck concrete surface moisture content exceeds 4.5 percent when measured on a 10-foot by 10-foot grid throughout the application area using the calibrated electronic moisture meter.

2. Earlier than 24 hours after rain has occurred. 3. When the forecast for rain is greater than 50 percent within eight hours

after application. 4. Ambient air temperature is less than 50F. 5. Deck surface preparation does not conform to this specification.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-66

6. If the Project Engineer or any overlay team member determines that conditions are not acceptable.

Do not apply or cure overlay on steel surfaces under any of the following conditions:

1. Relative humidity is 85% or greater, unless submitted and accepted procedures are utilized to prevent moisture on the steel surface.

2. Steel surface temperature is less than 5° F above wet bulb temperature (dew point).

3. When the forecast for rain is greater than 50 percent within eight hours after application.

4. Ambient air temperature is less than 50° F. 5. More than 6 hours have elapsed following blasting of steel surface. 6. Steel surface preparation does not conform to this specification. 7. Steel surface contains rust, moisture or substances that would adversely

affect overlay performance. 8. If the Project Engineer or any overlay team member determines that

conditions are not acceptable. Apply deck treatment and overlay to the deck area limits specified in the plans.

Apply deck treatment and overlay to the entire clear roadway surface from gutter line to gutter line unless otherwise shown on the plans.

Apply overlay to steel expansion joints and steel plates unless specified otherwise in the plans. Steel grid flooring, finger joints and drains shall not receive overlay unless specified otherwise in the plans. Thickness of overlay on steel surfaces shall produce a flush riding surface.

Place overlay on steel joints as a separate operation for overlay placements on concrete bridge decks.

Initially apply deck treatment and overlay in the presence of the Project Engineer and overlay team representatives. Once the Project Engineer and overlay team representatives are satisfied with overlay application operations, supervision may proceed with only the Project Engineer and overlay team member(s) supervising the overlay application. Make overlay team representatives available upon request to assist in issue resolution throughout the duration of overlay application.

Use application machine with positive displacement volumetric metering pumps controlled by a power unit. Store components A and B in temperature controlled reservoirs capable of maintaining consistent temperature to ensure optimum mixing. Use equipment capable of providing ratio check verification at the pump outlets and cycle counting to monitor output. Use in-line mixing that does not excessively shear the material or entrap air in the mix. Hand mixing of material is not permitted.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-67

After mixing of the components by the mechanical application equipment is complete, immediately dispense the liquid on the clean, dry surface at the rate recommended by the responsible overlay team representative(s), followed by using manual methods to spread liquid across the application area. Devices that simultaneously dispense and spread liquid over the width of the application area will not be permitted.

Prevent deck treatment liquid, overlay liquid, and aggregate from accumulating on structure surfaces, including, but not limited to, sidewalks, railing surfaces, bridge members and components, truss members, connections and splices, beam webs and flanges, structural members and bracing, deck drainage system, and substructure surfaces. Remove all accumulated aggregate or overlay materials from structure surfaces.

Prevent deck treatment liquid, overlay liquid, and aggregate from entering into lanes of traffic being maintained on the bridge. Remove liquid and aggregate from vehicles and repair resulting property damage.

Unless otherwise specified, no vehicle or equipment is permitted on the overlay during curing of the components.

5.3.1 Application of Concrete Deck Treatment Prior to concrete deck treatment application, remove all loose materials,

including, but not limited to, dust, aggregate, spent abrasives, and residuals from surface preparation or overlay operations, by using dry oil-free compressed air or vacuum.

Apply concrete deck treatment to the entire prepared concrete deck surface specified to receive overlay just prior to overlay application. After mechanically measuring and mixing the components, evenly distribute the liquid on the clean, dry deck surface at the rate and with the process recommended by the responsible overlay team representative(s). Adjust deck treatment rate, viscosity and surface tension to effectively seal the deck, fill and repair cracks, and enhance bonding of the overlay to the concrete deck. Do not allow concrete deck treatment to gel prior to overlay application. The overlay application equipment may be driven on the applied concrete deck treatment prior to being cured while applying overlay.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-68

5.3.2 Application of Overlay (Two Layers) Use application rates of liquid in each layer as recommended by the overlay team

representatives in order to achieve the required uniform cured overlay thickness. Overlay thickness is measured from the deck or joint surface to the top of aggregate. The required cured overlay thickness on concrete decks and steel decks is 3/8 inch with a tolerance of plus 1/8 inch minus zero inch. For steel joints, provide overlay thickness so that steel joint top of aggregate is even (flush) with deck top of aggregate with a tolerance of plus or minus 1/8 inch

Irregularities in thickness, including, but not limited to, undulations, ridges and ponding, will not be accepted and will require repair. Avoid visible overlay seams.

Broadcast specified aggregate to saturation in each layer of overlay before resin begins to gel so that the surface is covered and no wet spots appear. Broadcast dry aggregate in a uniform and accurate manner such that liquid level uniformity and coverage is maintained. Produce a uniform surface color in order to prevent the appearance of color patches or false lane lines.

After the first layer has hardened, remove all loose and excess aggregate using vacuum or other method prior to application of subsequent layer.

Do not allow vehicular traffic on intermediate layers unless permitted on the plans. Should the plans allow vehicular traffic on intermediate layers, place subsequent layer during next available work time and when placement conditions conform to Section 5.3 of this specification. Shot blast full width of intermediate layer surfaces exposed to vehicular traffic or rain and perform additional cleaning as required. When the intermediate layer is exposed to vehicular traffic for more than 24 hours, visually inspect surface in the presence of the Project Engineer and the overlay team representatives. The Project Engineer will determine if additional surface preparation or other action is required before applying subsequent layer.

After the second layer has hardened, remove all excess and loose aggregate from the bridge roadway, sidewalk or railing surfaces upon completion of application and curing of the overlay segment.

5.4 Overlay Acceptance Perform repairs for corrective overlay work and destructively tested areas at no

additional cost or time to the Department. Submit to the Project Engineer for review repair procedures. Perform repairs in accordance with accepted procedures.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-69

5.4.1 Thickness Verification For each continuous placement for each layer, submit for record to the Project

Engineer a report showing the number of gallons of liquid components A and B placed, the amount of aggregate placed, and the corresponding placement location and area measured in square feet. Identify whether or not one or two layers was placed so that reports can be combined to determine material volumes required for two layers.

Submit for record to the Project Engineer core samples taken on initial placements having two layers and corresponding core sample locations. Core sample locations will be provided by the Project Engineer.

The Project Engineer will use the core samples to verify overlay thickness and establish the relationship between material volumes and placement thickness. The Project Engineer will use the relationship to monitor thickness. The Project Engineer may require additional core sampling at random locations for thickness verification.

Repair areas determined by the Project Engineer to be unacceptable.

5.4.2 Removal of Excess Overlay Materials Remove all excess and loose aggregate from the overlay area. Remove all accumulated aggregate or overlay materials from structure surfaces,

including, but not limited to, sidewalks, railing surfaces, bridge members and components, truss members, connections and splices, beam webs and flanges, structural members and bracing, deck drainage system, and substructure surfaces.

5.4.3 Friction Verification Within 90 days after overlay installation, measure overlay friction in accordance

with Table 4 in the presence of the Project Engineer. Verify friction conforms to Table 2.

Use test speed of 40 mph unless directed otherwise by the Project Engineer. Use speed correction values in accordance with Table 5.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-70

Table 5 Friction Test Speed Correction Values

Test Speed (mph)

FN Correction

Test Speed (mph)

FN Correction

Test Speed (mph)

FN Correction

20 -9.3 30 -4.8 40 0 21 -8.9 31 -4.4 41 0.5 22 -8.4 32 -3.9 42 1 23 -8 33 -3.4 43 1.5 24 -7.6 34 -2.9 44 2 25 -7.1 35 -2.5 45 2.5 26 -6.7 36 -2 46 3.1 27 -6.2 37 -1.5 47 3.6 28 -5.8 38 -1 48 4.1 29 -5.3 39 -0.5 49 4.6

Remove and replace areas not conforming to specifications or determined

unacceptable by the Project Engineer, or a payment adjustment may be determined by the Project Engineer in accordance with Section 105.03.

5.4.4 Adhesion on Steel Decks and Steel Joints Measure overlay adhesion on overlaid steel surfaces by performing the number

of direct pull-off tests specified herein. Each "test" specified herein is defined as testing in accordance with ASTM C 1583 “Pull Test.” For steel joints, perform one (1) test for each 40 linear feet of joint plate, but no less than one (1) test per joint plate. For steel bridge decks, perform at least one (1) test for each 1000 square feet of overlaid area. Perform pull-off tests outside of travel lanes.

The required adhesion test value for acceptance is 250 psi minimum. For steel joints, remove and replace overlay on joint plates exhibiting nonconforming test values. For steel bridge decks, remove and replace overlay within limits determined by the Project Engineer, or a payment adjustment may be determined by the Project Engineer in accordance with Section 105.03.

6.0 MEASUREMENT The Epoxy-Urethane Overlay will be measured per square foot.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-71

7.0 PAYMENT Payment for the Epoxy-Urethane Overlay will be made at the contract unit price

which includes all materials, testing, labor, equipment, tools, inspection, verification, and incidentals necessary to complete the item.

Payment for concrete deck patching will be made under a separate pay item. Payment for concrete deck diamond grinding or micromilling will be made under

a separate pay item. Payment will be made under: Item No. Pay Item Pay Unit

NS-830-00900

Epoxy-Urethane Overlay Square Foot

TS-ITEMS: These items are described in the Technical Special Provisions as included

elsewhere in the construction proposal and in the plans.

Payment will be at the contract unit price under the following:

TS-821-02100 Vertical Lift Bridge Machinery TS-821-06010 Movable Bridge Traffic Barrier TS-821-06200 Coating of Existing Movable Bridge Machinery TS-823-01200 Bridge Operator's House Renovation

CONTRACT TIME (11/16): The entire contract shall be completed in all details and ready for final acceptance

in accordance with 105.17.2 within three hundred sixty-five (365) calendar days. Prior to assessment of contract time, the contractor will be allowed 60 calendar

days from the date stipulated in the Notice to Proceed to commence with portions of the contract work including but not limited to assembly periods, preparatory work for materials fabrications such as test piles, or other activities which hinder progress in the beginning stages of construction. Prior to issuance of the Notice to Proceed, the Department will consider extending the assembly period upon written request from the contractor justifying the need for additional time.

STATE PROJECT NO. H.011485 SPECIAL PROVISIONS

D-72

The contractor shall be responsible for maintenance of traffic from the beginning of the assembly period. During the assembly period, the contractor will be allowed to do patching and other maintenance work necessary to maintain the roadway with no time charges when approved by the engineer.

If the contractor begins regular construction operations prior to expiration of the assembly period, the assessment of contract time will commence at the time construction operations are begun.

E-1

Page 1 of 3 Section 108.08 Supplemental Specifications

(10/18)

LOUISIANA DEPARTMENT OF TRANSPORTATION AND DEVELOPMENT

SUPPLEMENTAL SPECIFICATION

FAILURE TO COMPLETE ON TIME Section 108.08 Failure to Complete on Time of the 2016 Louisiana Standard

Specifications for Roads and Bridges is deleted and amended as follows. For each calendar day or working day, as specified for the project, that the work

remains incomplete after expiration of the contract time, the sum specified in Table 108-1 will be deducted from payments for the work, not as a penalty but as stipulated damages, except for days DOTD directs in writing as no-work days.

Permitting the contractor to continue work after expiration of the contract time will not operate as a waiver by the Department of its rights under the contract. Contractor accepts, expressly assents, and does hereby confess judgment in favor of DOTD as to the daily charge amount set forth in Table 108-1.

Stipulated damages will be determined by the project’s Original Contract Amount and the Average Daily Traffic (ADT) for the project’s location. The ADT will be the traffic count as shown on the plans. When multiple traffic counts are shown on the plans, then the ADT will be the highest traffic count shown on the plans. The Original Contract Amount will be equal to the bid amount. The sum of Daily Charges (A) and (B) shown in Table 108-1 will be the assessed daily stipulated damages for each contract day after expiration of the contract time.

E-2

Page 2 of 3

Section 108.08 Supplemental Specifications (10/18)

Table 108-1 Stipulated Damages

Original Contract Amount Daily Charge (A)

Million Dollars Dollars 0 - 1 500

>1 - 5 1,000 >5 -10 2,000

>10 - 15 4,000 >15 - 20 8,000

> 20 10,000

Traffic Volume Daily Charge (B)

ADT1 x 1000 Dollars

0 -10 500 >10 - 20 1,000 >20 - 30 2,000 >30 - 40 4,000 >40 - 50 8,000

>50 10,000 1 For Project with no ADT given, $500 will be used as the Daily Charge (B) value.

E-3

Page 3 of 3 Section 108.08 Supplemental Specifications

(10/18)

The contractor will automatically be subject to an assessment of stipulated damages by the expiration of contract time on the project. At any time stipulated damages are assessed, such damages shall be assessed continuously until the cause of such assessment ends, regardless of intervening circumstances.

The amount of assessed stipulated damages will be deducted from payments for the work under the contract or from any payments on any other contract the contractor has with the Department. The contractor hereby waives any requirement of written notice of default prior to any deduction for stipulated damages from any payments. The contractor and the surety shall be solidarily liable for stipulated damages in excess of any remaining amounts due the contractor under the contract.

E-4

LOUISIANA

DEPARTMENT OF TRANSPORTATION AND DEVELOPMENT

SUPPLEMENTAL SPECIFICATIONS

SECTION 109.09

PAYMENT ADJUSTMENT (11/16) PAYMENT ADJUSTMENT (11/16): Section 109, Measurement and Payment

of the Standard Specifications is amended to add the following. This project is not designated for payment adjustments for asphalt cements or

fuels.

E-5

REVISION DATE: 03/19 Page 1 of 2

LOUISIANA DEPARTMENT OF TRANSPORTATION AND DEVELOPMENT

SUPPLEMENTAL SPECIFICATIONS TABLE 901-3

MASTER PROPORTION TABLE FOR PORTLAND CEMENT CONCRETE Section 901 of the 2016 Louisiana Standard Specifications of Roads and Bridges is amended as follows: Table 901-3 is deleted and replaced with the following:

E-6

REVISION DATE: 03/19 Page 2 of 2

E-7

OFCCP 41 CFR 60-4 EFFECTIVE DATE: 01/83 (Required FHWA Provisions) Page 1 of 8

LOUISIANA

DEPARTMENT OF TRANSPORTATION AND DEVELOPMENT

SUPPLEMENTAL SPECIFICATIONS

FEMALE AND MINORITY PARTICIPATION IN CONSTRUCTION The following notice shall be included in, and shall be a part of, all solicitations for offers and

bids on all federal and federally assisted construction contracts or subcontracts in excess of $10,000 to be performed in geographical areas designated by the director of OFCCP. Execution of the contract by the successful bidder and any subsequent subcontracts will be considered the contractor's and subcontractor's commitment to the EEO provisions contained in this notice.

NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION

TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY

(EXECUTIVE ORDER 11246) 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the

"Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein.

2. The goals for minority and female participation, expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows:

AREA PARISH OR COUNTY GOAL (%)

FEMALE PARTICIPATION

- All Covered Areas 6.9

MINORITY PARTICIPATION (UNDER NEW ORLEANS PLAN)

- * See Note Below 20 to 23

MINORITY PARTICIPATION (NOT UNDER NEW ORLEANS PLAN)

1 Jefferson LA, Orleans LA, St. Bernard LA, St. Tammany LA 31.0

2 Assumption LA, Lafourche LA, Plaquemines LA, St. Charles LA, St. James LA, St. John the Baptist LA, Tangipahoa LA, Terrebonne LA, Washington LA, Forrest MS, Lamar MS, Marion MS, Pearl River MS, Perry MS, Pike MS, Walthall MS

27.7

3 Ascension LA, East Baton Rouge LA, Livingston LA, West Baton Rouge, LA 26.1

4 Concordia LA, East Feliciana LA, Iberville, LA, Pointe Coupee LA, St. Helena LA, West Feliciana LA, Adams MS, Amite MS, Wilkinson, MS

30.4

5 Lafayette LA 20.6

6 Acadia LA, Evangeline LA, Iberia LA, St. Landry LA, St. Martin LA, St. Mary LA, Vermillion LA 24.1

7 Calcasieu LA 19.3

8 Allen LA, Beauregard LA, Cameron LA, Jefferson Davis LA, Vernon LA 17.8

9 Grant LA, Rapides LA 25.7

10 Avoyelles LA, Bienville LA, Bossier LA, Caddo LA, Claiborne LA, DeSoto LA, Natchitoches LA, Red River LA, Sabine LA, Webster LA, Winn LA

29.3

11 Ouachita LA 22.8

12 Caldwell LA, Catahoula LA, East Carroll LA, Franklin LA, Jackson LA, LaSalle LA, Lincoln LA, Madison LA, Morehouse LA, Richland LA, Tensas LA, Union LA, West Carroll LA,

27.9

E-8

01/83 OFCCP 41 CFR 60-4 (Required FHWA Provisions) Page 2 of 8

*These goals apply only to those contractors signatory to the New Orleans Plan and only with

respect to those trades which have unions participating in said Plan. The New Orleans Plan Covered Area is as follows: The parishes of Orleans, Jefferson, St. Bernard, St. Tammany, St. Charles, St. John the Baptist, Plaquemines, Washington, Terrebonne, Tangipahoa (that area east of the Illinois Central Railroad), Livingston (that area southeast of the line from a point off the Livingston and Tangipahoa Parish line adjacent from New Orleans and Baton Rouge), St. James (that area southeast of a line drawn from the Town of Gramercy to the point of intersection of St. James, Lafourche and Assumption Parishes), and Lafourche.

These goals are applicable to all the contractor's construction work (whether or not it is federal or federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor is also subject to the goals for both its federally involved and non-federally involved construction.

The contractor's compliance with the Executive Order and the regulations in 41 CFR 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor, or from project to project, for the purpose of meeting the contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR 60-4. Compliance with the goals will be measured against the total work hours performed.

3. The contractor shall provide written notification to the Regional Administrator of the Office of Federal Contract Compliance Programs (555 Griffin Square Building, Dallas, TX 75202) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract. The notification shall list the name, address and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and geographical area in which the contract is to be performed.

4. As used in this Notice and in the contract, the "covered area" is that area shown in the foregoing table in which the project is located.

The following Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) shall be included in, and shall be a part of, all solicitations for offers and bids on all federal and federally assisted construction contracts or subcontracts in excess of $10,000. Execution of the contract by the successful bidder and any

E-9

01/83 OFCCP 41 CFR 60-4 (Required FHWA Provisions)

Page 3 of 8 subsequent subcontracts will be considered the contractor's and subcontractor's commitment

to the EEO provisions contained in these Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246).

STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS

(EXECUTIVE ORDER 11246) 1. As used in these specifications:

a. "Covered area" means the geographical area described in the solicitation from which this contract resulted;

b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority;

c. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941.

d. "Minority" includes: i. Black (all persons having origins in any of the Black African racial

groups not of Hispanic origin); ii. Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or

South American or other Spanish Culture or origin, regardless of race); iii. Asian and Pacific Islander (all persons having origins in any of the

original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and

iv. American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification).

2. If the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, he shall include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation.

3. If the contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved Plan is required to comply with his obligations under the EEO clause, and to make good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractor or subcontractors toward a goal in an

E-10

01/83 OFCCP 41 CFR 60-4 (Required FHWA Provisions) Page 4 of 8

approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals.

4. The contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any OFCCP office or from federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified.

5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the contractor has a collective bargaining agreement, to refer either minorities or women, shall excuse the contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto.

6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the contractor during the training period, and the contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U. S. Department of Labor.

7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications will be based on his effort to achieve maximum results from its actions. The contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following:

a. Ensure and maintain a working environment free of harassment, intimidation and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign 2 or more women to each construction project. The contractor shall ensure that all foremen, superintendents and other on-site supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment with specific attention to minority or female individuals working at such sites or in such facilities.

b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to

E-11

01/83 OFCCP 41 CFR 60-4 (Required FHWA Provisions)

Page 5 of 8 community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses.

c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the contractor has taken.

d. Provide immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or woman set by the contractor, or when the contractor has other information that the union referral process has impeded the contractor's efforts to meet its obligations.

e. Develop on-the-job training opportunities and/or participate in training programs for the area which include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 7b above.

f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting his EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed.

g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as superintendent, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter.

h. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business.

i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than 1 month prior to the date for the acceptance of

E-12

01/83 OFCCP 41 CFR 60-4 (Required FHWA Provisions) Page 6 of 8

applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations such as the above describing the openings, screening procedures and tests to be used in the selection process.

j. Encourage present minority and female employees to recruit other minority persons and women, and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce.

k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR 60-3.

l. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities.

m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out.

n. Ensure that all facilities and company activities are non-segregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes.

o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations.

p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the contractor's EEO policies and affirmative action obligations.

8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling its obligations under 7a through 7p of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet his goals and timetables and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 9. A goal for minorities and a separate goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the contractor may be in violation of the Executive Order if a group is employed

E-13

01/83 OFCCP 41 CFR 60-4 (Required FHWA Provisions)

Page 7 of 8

in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally, the contractor may be in violation of the Executive Order if a minority group of women in underutilized). 10. The contractor shall not use the goals or affirmative action standards to discriminate against any person because of race, color, religion, sex or national origin. 11. The contractor shall not enter into a subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling his obligations under these specifications, shall implement specific affirmative actions steps, at least as extensive as the standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors will not be required to maintain separate records. 15. Nothing herein shall be construed as a limitation on the application of other laws which establish different standards of compliance or on the application of requirements for hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 16. In addition to the reporting requirements set forth elsewhere in this contract, the contractor and subcontractors holding subcontracts (not including material suppliers) in excess of $10,000

E-14

01/83 OFCCP 41 CFR 60-4 (Required FHWA Provisions) Page 8 of 8

shall submit for every month of July during which work is performed, employment data as contained under Form FHWA-1391 in accordance with instructions included thereon.

E-15

06/84 FAPG 23 CFR 230A

Appendix A Page 1 of 6

LOUISIANA

DEPARTMENT OF TRANSPORTATION AND DEVELOPMENT SUPPLEMENTAL SPECIFICATIONS

SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES

1. General

a. Equal employment opportunity (EEO) requirements not to discriminate and to

take affirmative action to assure equal employment opportunity as required by Executive Orders 11246 and 11375 are set forth in Required Contract Provisions (Form FHWA-1273) and these Supplemental Specifications which are imposed pursuant to Section 140 of Title 23, U.S.C., as established by Section 22 of the Federal Aid Highway Act of 1968. The requirements set forth herein shall constitute the specific affirmative action requirements for project activities under this contract and supplement the EEO requirements set forth in the Required Contract Provisions.

b. The contractor shall work with the Department and the Federal Government in carrying out EEO obligations and in their review of his activities under the contract.

c. The contractor and all his subcontractors holding subcontracts not including material suppliers, of $10,000 or more, shall comply with the following minimum specific requirement activities of EEO. The EEO requirements of Executive Order 11246, as set forth in the Federal-Aid Policy Guide 23 CFR 230A, are applicable to material suppliers as well as contractors and subcontractors. The contractor shall include these requirements in every subcontract of $10,000 or more with such modification of language as necessary to make them binding on the subcontractor.

2. EEO Policy The contractor shall accept as his operating policy the following statement which is designed to further the provision of EEO to all persons without regard to their race, color, religion, sex or national origin, and to promote the full realization of EEO through a positive continuing program:

It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color or national origin. Such action shall include employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, preapprenticeship and on-the-job training.

E-16

06/84 FAPG 23 CFR 230A Appendix A Page 2 of 6

3. EEO Officer

The contractor shall designate and make known to the Department an EEO Officer who shall have the responsibility for and must be capable of effectively administering and promoting an active contractor EEO program and who must be assigned adequate authority and responsibility to do so.

4. Dissemination of Policy a. All members of the contractor's staff who are authorized to hire, supervise,

promote and discharge employees, or who recommend such action, or who are substantially involved in such action, shall be made fully cognizant of and shall implement the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions shall be taken as a minimum:

i. Periodic meetings of supervisory and personnel office employees shall be

conducted before the start of work and then at least once every 6 months, at which time the contractor's EEO policy and its implementation shall be reviewed and explained. The meetings shall be conducted by the EEO Officer or other knowledgeable company official.

ii. All new supervisory or personnel office employees shall be given a

thorough indoctrination by the EEO Officer or other knowledgeable company official covering all major aspects of the contractor's EEO obligations within 30 days after their reporting for duty with the contractor.

iii. All personnel who are engaged in direct recruitment for the project shall be

instructed by the EEO Officer or appropriate company official in the contractor's procedures for locating and hiring minority group employees.

b. To make the contractor's EEO policy known to all employees, prospective employees and potential sources of employees, i.e., schools, employment agencies, labor unions (where appropriate), college placement officers, etc., the contractor shall take the following actions:

i. Notices and posters setting forth the contractor's EEO policy shall be

placed in areas readily accessible to employees, applicants for employment and potential employees.

ii. The contractor's EEO policy and the procedures to implement such

policy shall be brought to the attention of employees by means of meetings, employee handbooks or other appropriate means.

E-17

06/84 FAPG 23 CFR 230A

Appendix A Page 3 of 6

5. Recruitment a. When advertising for employees, the contractor shall include in all

advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements shall be published in newspapers or other publications having a large circulation among minority groups in the area from which the project work force would normally be derived.

b. The contractor shall, unless precluded by a valid bargaining agreement, conduct

systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants, including, but not limited to, State employment agencies, schools, colleges and minority group organizations. To meet this requirement, the contractor shall, through his EEO Officer, identify sources of potential minority group employees and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration.

If the contractor has a valid bargaining agreement providing for exclusive

hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with equal employment opportunity contract provisions. (The U.S. Department of Labor has held that where implementation of such agreements has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.)

c. The contractor shall encourage his present employees to refer minority group

applicants for employment by posting appropriate notices or bulletins in areas accessible to all such employees. In addition, information and procedures with regard to referring minority group applicants shall be discussed with employees.

6. Personnel Actions Wages, working conditions and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff and termination, shall be taken without regard to race, color, religion, sex or national origin. The following procedures shall be followed.

a. The contractor shall conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel.

b. The contractor shall periodically evaluate the spread of wages paid within each

classification to determine any evidence of discriminatory wage practices.

E-18

06/84 FAPG 23 CFR 230A Appendix A Page 4 of 6

c. The contractor shall periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor shall promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons.

d. The contractor shall promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, shall attempt to resolve such complaints, and shall take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor shall inform every complainant of all of his avenues of appeal.

7. Training and Promotion a. The contractor shall assist in locating, qualifying, and increasing the skills of

minority group and women employees, and applicants for employment. b. Consistent with the contractor's work force requirements and as permissible

under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship and job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. If the Supplemental Specifications for Job Training are provided under this contract, this subparagraph will be superseded as indicated in Attachment 2.

c. The contractor shall advise employees and applicants for employment of available training programs and entrance requirements for each.

d. The contractor shall periodically review the training and promotion potential of minority group and women employees and shall encourage eligible employees to apply for such training and promotion.

8. Unions If the contractor relies in whole or in part upon unions as a source of employees, the contractor shall use his best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting as agent shall include the procedures set forth below:

E-19

06/84 FAPG 23 CF4 230A

Appendix A Page 5 of 6

a. The contractor shall use best efforts to develop, in cooperation with the unions,

joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment.

b. The contractor shall use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex or national origin.

c. The contractor shall obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the Department and shall set forth what efforts have been made to obtain such information.

d. If the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) If the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these specifications, such contractor shall immediately notify the Department.

9. Subcontracting a. The contractor shall use his best efforts to solicit bids from and utilize minority

group subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of minority-owned construction firms from the Department.

b. The contractor shall use his best efforts to ensure subcontractor compliance with their EEO obligations.

10. Records and Reports a. The contractor shall keep such records as necessary to determine compliance

with the contractor's EEO obligations. The records kept by the contractor shall indicate:

E-20

06/84 FAPG 23 CFR 230A Appendix A Page 6 of 6

i. the number of minority and nonminority group members and women

employed in each work classification on the project, ii. the progress and efforts being made in cooperation with unions to

increase employment opportunities for minorities and women (applicable only to contractors who rely in whole or in part on unions as a source of their work force),

iii. the progress and efforts being made in locating, hiring, training, qualifying and upgrading minority and female employees, and

iv. the progress and efforts being made in securing the services of minority group subcontractors with meaningful minority and female representation among their employees.

b. All such records must be retained for a period of 3 years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the Department and the Federal Highway Administration.

c. The contractor shall submit an annual report to the Department each July for the duration of the project, indicating the number of minority, women and nonminority group employees currently engaged in each work classification required by the contract work. This information shall be reported on Form PR-1391. If job training is required, the contractor shall furnish Form DOTD 03-37-0014.

E-21

REVISION DATE: 11/17 Page 1 of 5

LOUISIANA DEPARTMENT OF TRANSPORTATION AND DEVELOPMENT

SUPPLEMENTAL SPECIFICATIONS ON-THE-JOB TRAINING

The Louisiana Department of Transportation and Development (LADOTD) has partnered with the Louisiana Associated General Contractors (LAGC) to ensure that on-the-job training is provided on a voluntary basis by contractors performing work on LADOTD’s federally assisted construction projects.

The LAGC has committed that its member contractors will enroll a minimum of

20 trainees statewide during the period July 1 through June 30 annually. It is anticipated that this annual training goal will be increased in future years as participation in the program grows.

The LADOTD on-the-job training program will be monitored by the Compliance

Programs Section. At all times it will be the responsibility of the contractor to comply with the Job Training Supplemental Specifications. LAGC will provide support to their member contractors in the area of on-the-job training as they would in any contractual activity. LAGC has committed to assisting contractors in areas such as recruitment, record keeping, graduation certificates, and ongoing encouragement of contractors to participate in the training program. LAGC has expressed their willingness to work with LADOTD and FHWA in making the contracting industry as strong as possible in all areas, including on-the-job training.

Non-LAGC members are encouraged to participate in the LADOTD on-the-job

training program. No aspect of the LADOTD/LAGC partnership is designed to eliminate the right of any non-LAGC member to participate in the training program described in these specifications. If any non-LAGC member does not utilize a previously approved training program, he/she is directed to develop and submit a training program to LADOTD for approval by LADOTD and FHWA.

E-22

REVISION DATE: 11/17 On-The-Job Training Page 2 of 5

Although training under this contract is not limited to minorities and females, contractors should be aware that one of the objectives of the training program is to increase the participation and skills of minorities and females in highway construction. Contractors must exert good faith efforts to comply with the Equal Employment Opportunity contract requirements governing recruitment and upgrading when seeking to fill vacancies in the work force and select candidates for the training program. Adequate documentation of good faith efforts should be maintained and submitted to the Compliance Programs Section Training Program Manager (TPM) when requested.

These supplemental specifications are in implementation of 23 USC 140(a).

Training under this contract shall be optional to the successful bidder, provided the item for which training is requested is less than 70 percent complete. If the contractor elects to provide training under the contract as established in these specifications, he may submit a written request to the project engineer with a copy to the Construction Section. A plan change will be prepared to incorporate a pay item using the trainee hours stated in the Special Provisions elsewhere herein. Training will only be reimbursed after the approval of this plan change.

It is intended that training under these supplemental specifications be in crafts

directly related to highway construction. Therefore, training in classifications such as clerk-typist, secretary, bookkeeper, fireman, office engineer, estimator, timekeeper, and unskilled or common laborer will not be approved for participation under these supplemental specifications.

No employee shall be employed as a trainee in any classification in which he/she

has successfully completed a training course leading to journey person status or in which he/she has been employed as a journey person. The contractor shall satisfy this requirement by completing the Contractor’s Trainee Enrollment & Interview Form for each potential trainee. The completed form shall be electronically submitted to the TPM for review and approval.

E-23

REVISION DATE: 11/17 On-The-Job Training

Page 3 of 5 The contractor will be reimbursed $3.00 per hour of training provided in

accordance with an approved training program. Reimbursement will be made for training hours in excess of the number specified herein. This reimbursement will be made even though the contractor receives additional training program funds from other sources, provided such other sources do not specifically prohibit the contractor from receiving other reimbursement. The contractor will be reimbursed for the number of trainee hours actually trained on the project in accordance with these supplemental specifications.

The contractor will be credited for each trainee employed on the project that is

currently enrolled or becomes enrolled in an approved training program and will be reimbursed for such trainees as provided in these supplemental specifications.

The minimum length and type of training for each classification selected by the

contractor will be established in the training program approved by the Department, Federal Highway Administration (FHWA), and/or Office of Federal Contract Compliance Programs (OFCCP). The Department, FHWA, and/or OFCCP will approve a program if it is reasonably calculated to meet the Equal Employment Opportunity obligations of the contractor and to qualify the average trainee for journey person status in the classification concerned by the end of the training period. Apprenticeship programs registered with the U. S. Department of Labor, Bureau of Apprenticeship and Training or with a state apprenticeship agency recognized by the Bureau and training programs approved but not necessarily sponsored by the U. S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training will also be considered acceptable if it is being administered in a manner consistent with the equal employment obligations of federal-aid highway construction contracts.

It is normally expected that a trainee will begin training on the project as soon as feasible after start of work utilizing the skill involved and remain on the project as long as training opportunities exist in his/her work classification or until he/she has completed the training program.

Enrollment of trainees in excess of the required number will be permitted, with

approval, to allow the contractor to maintain the required continuous effort to complete the training of individual trainees.

E-24

REVISION DATE: 11/17 On-The-Job Training Page 4 of 5

Trainees will be paid at least 60 percent of the appropriate minimum journey

person’s rate specified in the contract for the first half of the training period, 75 percent for the third quarter of the training period, and 90 percent of the last quarter of the training period, unless apprentices or trainees in an approved existing program are enrolled as trainees on this project. In that case, the appropriate rates approved by the Departments of Labor or Transportation in connection with the existing program shall apply to all trainees being trained for the same classification who are covered by these supplemental specifications.

The contractor, prior to the start of training, shall provide written notice to each

person to be trained under these supplemental specifications of that person's designation as a trainee, the training program and classification under which training will be provided, the length of the training program, and the hourly wage rate to be paid to the trainee. This requirement shall be fulfilled by use of the Contractor’s Trainee Enrollment & Interview Form.

Upon graduation, the contractor shall issue the trainee a certification showing the

type and length of training satisfactorily completed along with a permanent photo identification card designating the bearer as a graduate journey person of the appropriate training program.

The contractor shall electronically submit the Contractor’s Trainee Enrollment &

Interview Form for each employee on the project who is enrolled as a trainee in an approved training program or apprenticeship program. The trainee enrollments shall be submitted to the TPM within the first payroll period in which each trainee or apprentice is assigned to the project.

In order to collect the $3.00 per hour reimbursement for training, the contractor

shall electronically submit to the project engineer’s office each week that training is conducted on the project the Contractor’s OJT Weekly Reporting Form along with the payroll. If submission of the certified payroll is completed through the AASHTOWare (CR&L) program correctly, the payroll will keep track of the OJT hours weekly and submission of the weekly form is not necessary. For projects where weekly payroll submission is not required, the Contractor’s OJT Weekly Reporting Form shall be submitted to the project engineer’s office.

E-25

REVISION DATE: 11/17 On-The-Job Training

Page 5 of 5 At any time during the life of the project, provided that the item for which training

is requested is less than 70 percent complete, a subcontractor may elect to train. The subcontractor should follow the steps described above in order to participate in the on-the-job training program. If the subcontractor does not utilize a previously approved training program, he/she is directed to develop and submit a training program to the TPM for approval by LADOTD and FHWA.

Contractors are to train according to their work force needs and as training

opportunities exist on a project. If a trainee graduates from a training classification, training opportunities no longer exist in the approved classification, or a contractor’s work force needs change, a trainee could be enrolled in a different classification. The Contractor’s OJT Change Form is to be used when these circumstances necessitate enrolling a current trainee or a graduate in a new classification. Multiple enrollments of an individual should not be used to diminish the objectives of these specifications, but to enhance the trainee’s career growth, benefit the contractor’s operations, and improve the contracting industry overall.

All required forms can be found along with the instructions on the LADOTD

website on the Compliance Program’s On the Job Training page and the Construction Letting Information page under Doing Business with DOTD.

It is the goal of the LADOTD/LAGC partnership to maintain a voluntary on-the-

job training program, but revisions to the program may be deemed necessary should participation fall below acceptable levels.

FHWA-1273 -- Revised May 1, 2012

REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS

I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act

Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water

Pollution Control Act X. Compliance with Governmentwide Suspension and

Debarment Requirements XI. Certification Regarding Use of Contract Funds for

Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract.

3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal Employment Opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under

F-1

this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO:

a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement:

"It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training."

2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum:

a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer.

b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor.

c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women.

d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees.

e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means.

4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived.

a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration.

b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions.

c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed:

a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel.

b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices.

c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons.

d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion:

a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are

F-2

applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved.

b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a).

c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each.

d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below:

a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment.

b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability.

c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information.

d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar

with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract.

a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract.

b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b):

a. The requirements of 49 CFR Part 26 and the State DOT’s U.S. DOT-approved DBE program are incorporated by reference.

b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA.

a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non-minority group members and women employed in each work classification on the project;

(2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and

(3) The progress and efforts being made in locating, hiring,

training, qualifying, and upgrading minorities and women.

b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor

F-3

will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS

This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects.

The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA-1273 format and FHWA program requirements.

1. Minimum wages

a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics.

Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions

of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met:

(i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and

(ii) The classification is utilized in the area by the construction industry; and

(iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination.

(2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or

F-4

will notify the contracting officer within the 30-day period that additional time is necessary.

(4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.

c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

2. Withholding

The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

3. Payrolls and basic records

a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-

Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency..

(2) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:

(i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;

(ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;

(iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.

F-5

(3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(2) of this section.

(4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.

c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.

4. Apprentices and trainees

a. Apprentices (programs of the USDOL).

Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice.

The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed.

Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly

rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination.

In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

b. Trainees (programs of the USDOL).

Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration.

The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration.

Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.

In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30.

F-6

d. Apprentices and Trainees (programs of the U.S. DOT).

Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program.

5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract.

6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.

7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.

8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract.

9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives.

10. Certification of eligibility.

a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT

The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards.

1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section.

3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section.

4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section.

F-7

VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116).

a. The term “perform work with its own organization” refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees;

(2) the prime contractor remains responsible for the quality of the work of the leased employees;

(3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and

(4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements.

b. "Specialty Items" shall be construed to be limited to work

that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is

evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements. VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows:

F-8

"Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section IX in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification – First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this

covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration.

F-9

i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. * * * * * 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which

this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the

F-10

department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. * * * * * Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. * * * * * XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly.

F-11

ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region.

6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work.

F-12

07/18 FHWA Goal Project

49 CFR Part 26

G-1

LOUISIANA DEPARTMENT OF TRANSPORTATION AND DEVELOPMENT

REQUIRED CONTRACT PROVISIONS FOR

DBE PARTICIPATION IN FEDERAL AID CONSTRUCTION CONTRACTS (DBE GOAL PROJECT)

A. AUTHORITY AND DIRECTIVE: The Code of Federal Regulations, Title 49, Part 26 (49 CFR Part 26) as

amended and the Louisiana Department of Transportation and Development's (DOTD) Disadvantaged Business Enterprise (DBE) Program are hereby made a part of and incorporated by this reference into this contract. Copies of these documents are available, upon request, from DOTD Compliance Programs Office, P. O. Box 94245, Baton Rouge, LA 70804-9245.

B. POLICY: In accordance with 49 CFR Part 26.13, it is the policy of the DOTD that it shall not discriminate

on the basis of race, color, national origin, or sex in the award and performance of any United States Department of Transportation (US DOT) financially assisted contracts or in the administration of its DBE program or the requirements of 49 CFR Part 26. The DOTD shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of US DOT assisted contracts. The DBE program, as required by 49 CFR Part 26 and as approved by US DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification of failure to carry out the approved DBE program, the US DOT may impose sanctions as provided for under 49 CFR Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C.3801 et seq.).

C. DBE OBLIGATION: The contractor, subrecipient or subcontractor shall not discriminate on the basis of

race, color, national origin, or sex in the performance of this contract. The contractor must carry out applicable requirements of 49 CFR Part 26 in the award and administration of US DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the DOTD deems appropriate.

The preceding policy and DBE obligation shall apply to this contract and shall be included in the requirements of

any subcontract. Failure to carry out the requirements set forth therein shall constitute a breach of contract and, after notification by DOTD, may result in termination of the contract, a deduction from the contract funds due or to become due the contractor or other such remedy as DOTD deems appropriate. The contractor is encouraged to use the services offered by banks in the community which are owned and controlled by minorities or women when feasible and beneficial. The term DBE is inclusive of women business enterprises (WBE) and all obligations applicable to DBE shall apply to firms certified and listed as WBE.

D. FAILURE TO COMPLY WITH DBE REQUIREMENTS: All contractors and subcontractors are hereby

advised that failure to carry out the requirements set forth above shall constitute a breach of contract and, after notification by DOTD may result in rejection of the bid; termination of the contract; a deduction from the contract funds due or to become due the contractor; or other such remedy as DOTD deems appropriate. Failure to comply with the DBE requirements shall include but not be limited to failure to meet the established goal and/or failure to submit documentation of good faith efforts; failure to exert a reasonable good faith effort (as determined by DOTD) to meet established goals; and failure to realize the DBE participation set forth on approved Form CS-6AAA and attachments. Failure to submit Form CS-6AAA and attachments and/or reasonable good faith efforts' documentation within the specified time requirements will result in the Department taking the actions specified in Heading G(6) below. The utilization of DBE is in addition to all other equal opportunity requirements of the contract. The contractor must include the provisions in Sections B, C and D of these provisions in subcontracts so that such provisions will be binding upon each subcontractor, regular dealer, manufacturer, consultant, or service agency.

E. ELIGIBILITY OF DBE: For convenience, DOTD provides a list on its website of firms that have been

certified as eligible to participate as DBEs on US DOT assisted contracts. This list is not an endorsement of the quality of

07/18 FHWA Goal Project

49 CFR Part 26

G-2

performance of the firm but is simply an acknowledgment of the firm's eligibility as a DBE. The Louisiana Department of Transportation makes no representations of the accuracy or completeness of this list on any particular date or time. Contractors considering the use of a particular DBE subcontractor are advised to obtain documentation of certification status from that subcontractor.

F. COUNTING DBE PARTICIPATION TOWARD DBE GOALS: DBE participation toward attainment of

the goal will be credited on the basis of total subcontract prices agreed to between the contractor and subcontractors for the contract items or portions of items being sublet as reflected on Form CS-6AAA and attachments, in accordance with the DOTD DBE Program, and the following criteria.

(1) Credit will only be given for use of DBEs that are certified by the Louisiana Unified Certification Program. Certification of DBEs by other agencies is not recognized. (2) The total value of subcontracts awarded for construction and services to an eligible DBE is counted toward the DBE goal provided the DBE performs a commercially useful function. The contractor is responsible for ensuring that the goal is met using DBEs that perform a commercially useful function. The contractor shall operate in a manner consistent with the guidelines set forth in the DOTD DBE Program. A commercially useful function is performed when a DBE is responsible for the execution of a distinct element of work by actually managing, supervising, and performing the work in accordance with standard industry practices except when such practices are inconsistent with 49 CFR Part 26 as amended, and the DOTD DBE Program, and when the DBE receives due compensation as agreed upon for the work performed. To determine whether a DBE is performing a commercially useful function, the DOTD shall evaluate the work subcontracted in accordance with the DOTD DBE Program, industry practices and other relevant factors. When an arrangement between the contractor and the DBE represents standard industry practice, if such arrangement erodes the ownership, control or independence of the DBE, or fails to meet the commercially useful function requirement, the contractor will not receive credit toward the goal. (3) A DBE prime contractor may count only the contract amount toward DBE participation for work he/she actually performs and for which he/she is paid. Any subcontract amounts awarded to certified DBEs by a DBE prime will also be credited toward DBE participation provided the DBE subcontractor performs a commercially useful function. (4) A contractor may count toward the DBE goal 100 percent of verified delivery fees paid to a DBE trucker. The DBE trucker must manage and supervise the trucking operations with its own employees and use equipment owned by the DBE trucker. No credit will be counted for the purchase or sale of material hauled unless the DBE trucker is also a DOTD certified DBE supplier. No credit will be counted unless the DBE trucker is an approved subcontractor. (5) A contractor may count toward the DBE goal, when a DBE performs as a participant in a joint venture, the total dollar value of the contract equal to the distinct, clearly defined portion of work within the contract that the DBE performs with its own forces. The joint venture agreement must include a detailed breakdown of the following:

a. Contract responsibility of the DBE for specific items of work. b. Capital participation by the DBE. c. Specific equipment to be provided to the joint venture by the DBE. d. Specific responsibilities of the DBE in the control of the joint venture. e. Specific manpower and skills to be provided to the joint venture by the DBE. f. Percentage distribution to the DBE of the projected profit or loss incurred by the joint venture.

07/18 FHWA Goal Project

49 CFR Part 26

G-3

(6) A contractor may count toward the DBE goal only expenditures for materials and supplies obtained from DBE suppliers and manufacturers in accordance with the following:

a. The DBE supplier assumes actual and contractual responsibility for the provision of materials and supplies. b. The contractor may count 100 percent of expenditures made to a DBE manufacturer provided the DBE manufacturer operates or maintains a factory or establishment that produces on the premises the materials or supplies obtained by the contractor. c. The contractor may count 60 percent of the expenditures to DBE suppliers, who are regular dealers but not manufacturers, provided the DBE supplier performs a commercially useful function in the supply process including buying the materials or supplies, maintaining an inventory, and selling materials regularly to the public. Dealers in bulk items such as steel, cement, aggregates and petroleum products are not required to maintain items in stock, but they must own or operate distribution equipment. The DBE supplier must be certified as such by DOTD. d. A DBE may not assign or lease portions of its supply, manufactured product, or service agreement without the written approval of the DOTD.

(7) A contractor may count toward the DBE goal reasonable expenditures to DBE firms including fees and commissions charged for providing a bona fide service; fees charged for hauling materials unless the delivery service is provided by the manufacturer or regular dealer as defined above; and fees and commissions for providing any bonds or insurance specifically required for the performance of the contract. (8) The contractor will not receive credit if the contractor makes direct payment to the material supplier. However, it may be permissible for a material supplier to invoice the contractor and DBE jointly and be paid by the contractor making remittance to the DBE firm and material supplier jointly. Prior approval by DOTD is required. (9) With prior approval from the Compliance Programs Office, a DBE firm may lease equipment from a Prime Contractor. However, if a DBE firm leases equipment from a Prime Contractor, work performed with that equipment shall not be counted towards the achievement of the contract DBE goal. If a DBE firm has received approval from the Compliance Programs Office to lease a specialized piece of equipment from the prime contractor that they are currently performing work for on a specific project, goal credit will be decided in accordance with the Code of Federal Regulations. Lease agreements are required for any equipment leased by a DBE subcontractor before its use on the project and the lease agreement must be related to that specific project. All lease agreements, including signatures, must be submitted to the Compliance Programs Office in advance of use on the project. Upon receipt of any completed lease agreements, including signatures, the Compliance Programs Office staff will review and render a decision, after Department process is completed. (10) The contractor will not receive credit toward the DBE goal for any subcontracting arrangement contrived to artificially inflate the DBE participation, as determined by the Department.

G. AWARD DOCUMENTATION AND PROCEDURE: This project has specific DBE goal requirements

set forth in the Special Provision for DBE Participation in Federal Aid Construction Contracts. The bidder by signing this bid certifies that:

07/18 FHWA Goal Project

49 CFR Part 26

G-4

(1) The goal for DBE participation prescribed in the special provisions shall be met or exceeded and arrangements have been made with certified DBE or good faith efforts made to meet the goal will be demonstrated. (2) Affirmative actions have been taken to seek out and consider DBEs as potential subcontractors. Bidders must contact DBEs to solicit their interest, capability, and prices in sufficient time to allow them to respond effectively, and must retain, on file, proper documentation to substantiate their good faith efforts. (3) Form CS-6AAA, "Attachment to Form CS-6AAA", and, if necessary, good faith effort documentation must be submitted to the DOTD by 5:00 p.m. on the due date which is set forth in the “apparent bid results” and “bid results” posted on the Department’s website. Submittals must be entered online at http://wwwapps.dotd.la.gov/administration/compliance/cs6aaa/home.aspx . If necessary, the Good Faith Effort Documentation Form will also be filled out online at this time. Once reviewed and after the CS-6AAA is approved, an email will be sent back to the prime contractor to obtain the required signatures. After signatures are obtained, the entire document must then be sent electronically to [email protected] prior to 5:00 p.m. on the specified date required. The CS-6AAA form with original signatures must be submitted to the DOTD with all other documents also required for contract execution and approval. Should a bidder protest or appeal any matter regarding the bidding or award of a contract in accordance with Subsection 102.13 of the 2016 Standard Specifications (Subsection 102.13 of the 2006 Louisiana Standard Specifications) after the scheduled time of bid opening, the Department will immediately suspend the time requirement for submission of Form CS-6AAA and Attachments until further notice and will notify all parties involved of the suspension. Once the protest has been resolved the Department will notify the low bidder and issue a date for submission of Form CS-6AAA and Attachments. All attachments to Form CS-6AAA shall include:

a. The names of the DBE subcontractors that will actually participate in meeting the contract goal; and b. A complete description of the work to be performed by the DBE including the specific items and portions of items of work, quantities, and unit price(s) of each item; and c. The total dollar value of each item that can be credited toward the contract goal; and d. Any assistance to be provided to the DBE; and e. The original signature of each DBE and the contractor attesting that negotiations are in progress and that it is the intention of the parties to enter into a subcontract within 60 calendar days from the time the contract is finalized between the contractor and DOTD.

It shall be the bidder's responsibility to ascertain the certification status of designated DBEs. An extension of time for submittal of Form CS-6AAA and Attachments will not be granted beyond the stated time. Questionable technical points will be cleared with the DOTD Compliance Programs Office within the time period allowed. If the documentation required is not provided in the time and manner specified, DOTD will take the actions specified in Heading (6) below. (4) If the apparent low bidder is not able to meet the DBE goal, the DBE participation which has been secured to meet a portion of the goal shall be listed on the Form CS-6AAA and attachments. They must be completed and submitted in accordance with Heading (3) above by the specified date. Documentation of adequate good faith efforts to meet the remainder of the goal must be submitted with the forms. Examples of good faith efforts are shown in Section J. The DOTD's evaluation of good faith efforts in the pre-award stage will focus primarily on efforts made prior to submittal of the bid. For consideration, good faith efforts shall include the requirements listed in these provisions as well as other data the contractor feels is relevant.

07/18 FHWA Goal Project

49 CFR Part 26

G-5

(5) Form CS-6AAA and attachments, and documentation of good faith efforts, when appropriate, will be evaluated by the Compliance Programs Director in the selection of the lowest responsible bidder. The information provided must be accurate and complete. The apparent low bidder's proposed attainment of the DBE goal and/or demonstration of good faith efforts will be considered in the award of the contract. (6) An apparent low bidder's failure, neglect, or refusal to submit Form CS-6AAA and attachments committing to meet or exceed the DBE goal and/or documentation of good faith efforts, shall constitute just cause for the DOTD to reject the bid, pursue award to the next lowest bidder, or re-advertise the project. The original apparent low bidder will be declared irregular and will not be allowed to bid on the project should re-advertisement occur. (7) The bidder has the right to appeal the DOTD's findings and rulings to the DOTD Chief Engineer. The bidder may present information to clarify the previously submitted documentation. The decision rendered by the DOTD Chief Engineer will be administratively final. There shall be no appeal to the US DOT. If the DOTD Chief Engineer does not rule in favor of the original apparent low bidder, the new apparent low bidder must submit, in detail, its subsequent proposed DBE participation within the time specified on the notification from the Project Control Engineer. (8) Agreements between the bidder and the DBE, whereby the DBE agrees not to provide subcontracting quotations to other bidders, are prohibited.

H. POST AWARD COMPLIANCE

(1) If the contract is awarded on less than full DBE goal participation, such award will not relieve the contractor of the responsibility to continue exerting good faith efforts. The contractor must submit documentation of good faith efforts, which can be found at http://wwwapps.dotd.la.gov/administration/compliance/cs6aaa/home.aspx, with requests to sublet prior to approval of subcontracting work being performed on the project. (2) The contractor shall establish a program which will effectively promote increased participation by DBE in the performance of contracts and subcontracts. The contractor shall also designate and make known to the DOTD a liaison officer who will be responsible for the administration of the contractor's DBE program. (3) The contractor must enter into subcontracts or written agreements with all DBEs identified on Form CS-6AAA and attachments for the kind and amount of work specified. The subcontracting requirements of the contract will apply. DOTD requires that all DBE subcontracts or agreements be made available upon request. (4) The contractor must keep each DBE informed of the construction progress schedule and allow each DBE adequate time to schedule work, stockpile materials, and otherwise prepare for the subcontract work. (5) At any point during the project when it appears that the scheduled amount of DBE participation may not be achieved, the contractor must provide evidence demonstrating how the goal will be met. (6) If the contractor is unable to demonstrate to the DOTD's satisfaction that it failed to achieve the scheduled DBE participation due to reasons other than quantitative under runs or elimination of items contracted to DBE and that good faith efforts have been used to obtain the scheduled contract participation, the DOTD may withhold an amount equal to the difference between the DBE goal and the actual DBE participation achieved as damages. (7) When the DOTD has reason to believe the contractor, subcontractor, or DBE may not be operating in compliance with the terms of these DBE provisions, to include, but not be limited to the encouragement of fronting, brokering, or not providing a commercially useful function, the DOTD will conduct an investigation of such activities with the cooperation of the parties involved. If the DOTD finds that any person or entity is not in compliance, the DOTD will notify such person or entity in writing as to the specific instances or matters found to be in noncompliance. Commercially Useful Function is evaluated on a project by project basis.

07/18 FHWA Goal Project

49 CFR Part 26

G-6

At the option of the DOTD, the person or entity may be allowed a specified time to correct the deficiencies noted and to achieve compliance. In the event that the person or entity cannot achieve compliance, or fails or refuses to do so, the DOTD reserves the right to initiate administrative action against the contractor which may include but not be limited to terminating the contract; withholding a percentage of the contractor's next partial payment equal to the shortfall amount until corrective action is taken; or other action the DOTD deems appropriate. The contractor has the right to appeal the DOTD's finding and rulings to the DOTD Chief Engineer. The contractor may present additional information to clarify that previously submitted. Any new information not included in the original submittal will not be used in the final determination. The decision rendered by the DOTD Chief Engineer will be administratively final. (8) To ensure that the obligations under subcontracts awarded to subcontractors are met, the DOTD will review the contractor's efforts to promptly pay subcontractors for work performed in accordance with the executed subcontracts. The contractor must promptly pay subcontractors and suppliers, including DBEs, their respective subcontract amount within thirty (30) calendar days after the contractor receives payment from DOTD for the items satisfactorily performed by the subcontractors in accordance with 49 CFR Part 26.29(a). The contractor shall provide the DBE with a full accounting to include quantities paid and deductions made from the DBE's partial payment at the time the check is delivered. Retainage may not be held by the contractor. Delay or postponement of payment to the subcontractor may be imposed by the contractor only when there is evidence that the subcontractor has failed to pay its labor force and suppliers for materials received and used on the project. Delay or postponement of payment must have written approval by the Project Engineer. Failure to promptly pay subcontractors shall constitute a breach of contract and after notification by the DOTD may result in (1) a deduction from the contract funds due or to become due the contractor, (2) disqualification of a contractor as non-responsive, or (3) any other such remedy under the contract as DOTD deems appropriate. All subcontracting agreements made by the contractor shall include the current payment to subcontractors’ provisions as incorporated in the contract. All disputes between contractors and subcontractors relating to payment of completed work shall be referred to the DBE/SBE Oversight Committee. Members of the DBE/SBE Oversight Committee are: the Deputy Chief Engineer; the DOTD Compliance Programs Director; and an FHWA Division Representative. (9) The contractor must meet the requirements of Subsection 108.01 Subletting of Contract, and must submit DOTD Forms OMF-1A, Request to Sublet and OMF-2A, Subcontractor's EEO Certification. The OMF-1A and OMF-2A (if applicable) forms must be entered online at https://wwwapps.dotd.la.gov/administration/compliance/omfweb/login.aspx. After submittal, all signatures must be obtained and then the entire document must be scanned and emailed to [email protected] for review and approval. These forms must be approved by DOTD before any subcontract work is performed by any subcontractor, including all DBEs that appear on the CS-6AAA. (10) DOTD reserves the right to withhold any partial payment from the contractor when it is determined that a DBE is not performing a commercially useful function or that achievement of the goal is in jeopardy. Payment may be withheld in the amount of the DBE goal that is in jeopardy until either the contractor submits to DOTD a revised plan for achieving the contract goal and the plan is approved, or the DBE goal amount in question has been met. (11) The DOTD will monitor the contractor's DBE involvement during the contract, the level of effort by the contractor in meeting or exceeding the goal requirements in the contract, the contractor's attempts to do so, and the efforts in soliciting such involvement. If, at the completion of the project, the contractor has failed to meet the DBE goal and has not demonstrated good faith efforts or obtained a waiver or reduction of the goal, DOTD will withhold an amount equal to the difference between the DBE goal and the actual DBE participation achieved as damages.

I. SUBSTITUTIONS OF DBE FIRMS AFTER AWARD

(1) The contractor must conform to the scheduled amount of DBE participation.

07/18 FHWA Goal Project

49 CFR Part 26

G-7

(2) Contract items designated to be performed by the DBE on Form CS-6AAA and attachments shall be performed by the designated DBE or DOTD approved substitute. Substitutions of named DBE shall be approved in writing by the DOTD Compliance Programs Section. Substituted DBE shall not commence work until the contractor is able to demonstrate that the listed DBE is unable to perform because of default, overextension on other jobs, or other acceptable justification. It is not intended that a contractor's ability to negotiate a more advantageous contract with another subcontractor be considered a valid basis for change. Substitution of DBE will be allowed only when the DBE is unable to perform due to default, overextension on other jobs, or other similar justification. Evidence of good faith efforts exerted by the contractor must be submitted to DOTD for approval. Pay items of work eliminated from the project should not diminish the contractor's efforts to meet the DBE goal. (3) Under no circumstances can a contractor perform work originally designated to be performed by a DBE without prior written approval from the DOTD Compliance Programs Section. (4) When a listed DBE is unwilling or unable to perform the items of work specified in the Form CS-6AAA and attachments, the contractor must immediately notify the DOTD Compliance Programs Section. When a contractor's request to be relieved of the obligation to use the named DBE results in a DBE Goal shortfall, the contractor must immediately take steps to obtain another certified DBE to perform an equal amount of allowable credit work or make documented good faith efforts to do so. The new DBE's name and designated work must be submitted to the DOTD in accordance with Section H(9) above, prior to proceeding with the work. If the contractor is unable to replace a defaulting DBE with another DBE for the applicable item, a good faith effort shall be made to subcontract other items to DBEs for the purpose of meeting the goal. The DOTD Compliance Programs Section will determine if the contractor made an acceptable good faith effort in awarding work to DBE firms. The DOTD Compliance Programs Section may allow a waiver or adjustment of the goal as may be appropriate, depending on individual project circumstances. Any disputes concerning good faith efforts will be referred to the DBE/SBE Oversight Committee.

J. GOOD FAITH EFFORTS: Good faith efforts are required by the contractor when the DBE goals established

for a contract are not met, or at anytime during the contract when achievement of the DBE goal is in jeopardy. It is the contractor's responsibility to provide sufficient evidence for DOTD to ascertain the efforts made. The contractor must demonstrate adequate good faith efforts to meet the contract goal by utilizing DBE participation prior to award and during the life of the contract. Good faith efforts include personal contacts, follow-ups and earnest negotiations with DBEs. DOTD will consider, at a minimum, the following efforts as relevant, although this listing is not exclusive or exhaustive and other factors and types of efforts may be relevant:

(1) Efforts made to select portions of the work to be performed by DBEs in order to increase the likelihood of achieving the stated goal. It is the contractor's responsibility to make a sufficient portion of the work available to subcontractors and suppliers and to select those portions of work or materials consistent with the availability of DBE subcontractors and suppliers to assure meeting the goal for DBE participation. Selections of portions of work are required to at least equal the DBE goal in the contract. (2) Solicits a reasonable number of DBEs interested in participation in the contract as a subcontractor, regular dealer, manufacturer, or consultant for specific items of work. The contractor shall provide notice to a reasonable number of DBEs that their interest in the contract is being solicited, with sufficient time to allow the DBEs to participate effectively. The contractor shall seek DBEs in the same geographic area from which it generally seeks subcontractors for a given project. If the contractor cannot meet the goal using DBEs from the normal area, the contractor shall expand its search to a wider geographic area. (3) Demonstrated efforts made to negotiate in good faith with interested DBEs for specific items of work include:

07/18 FHWA Goal Project

49 CFR Part 26

G-8

a. The names, addresses and telephone numbers of DBEs contacted. The dates of initial contact and whether initial solicitations of interest were followed up personally, by mail, or by phone to determine the DBE interest. b. A description of the information provided to DBEs regarding the nature of the work, the plans and specifications and estimated quantities for portions of the work to be performed. c. A statement of why additional agreements with DBEs were not reached. d. Documentation of each DBE contacted but rejected and the reasons for rejection. All bids and quotations received from DBE subcontractors whether verbal or written, and the contractor's efforts to negotiate a reasonable price must be submitted. Rejecting a DBEs bid because it was not the lowest quotation received will not be satisfactory reason without an acceptable explanation of how it was determined to be unreasonable. A statement that the DBEs quotation was more than the contractor's bid price for an item or items will not be acceptable. e. Copies of all bids and quotations received from DBE subcontractors and an explanation of why they were not used. f. Scheduling meetings to discuss proposed work or to walk the job-site with DBE. g. Informing DBE of any pre-bid conferences scheduled by the DOTD. h. Assisting DBE in obtaining bonding, insurance, or lines of credit required by the contractor. i. Evidence of DBEs contacted but rejected as unqualified, accompanied by reason for rejection based on a thorough investigation of the DBEs capabilities. j. Any additional information not included above which would aid the DOTD in evaluation of the contractor's good faith efforts.

(4) The following are examples of actions that will not be accepted as justification by the contractor for failure to meet DBE contract goals:

a. Failure to contract with a DBE solely because the DBE was unable to provide performance and/or payment bonds. b. Rejection of a DBE bid or quotation based on price alone. c. Failure to contract with a DBE because the DBE will not agree to perform items of work at the unit price bid. d. Failure to contract with a DBE because the contractor normally would perform all or most of the work in the contract. e. Rejection of a DBE as unqualified without sound reasons based on a thorough investigation of their capabilities. f. Failure to make more than mail solicitations.

K. RECORD KEEPING REQUIREMENTS: The contractor shall keep such records as are necessary for the

DOTD to determine compliance with the DBE contract obligations. These records shall include the names of subcontractors, including DBEs; copies of subcontracts; the type of work being performed; documentation such as canceled checks and paid invoices verifying payment for work, services, and procurement; and documentation of correspondence, verbal

07/18 FHWA Goal Project

49 CFR Part 26

G-9

contacts, telephone calls, and other efforts to obtain services of DBEs. When requested, the contractor shall submit all subcontracts and other financial transactions executed with DBEs in such form, manner and content as prescribed by DOTD. The DOTD reserves the right to investigate, monitor and/or review actions, statements, and documents submitted by any contractor, subcontractor, or DBE.

L. REPORTING REQUIREMENTS: The contractor must enter monthly online payment reports on DBE

involvement. At the conclusion of each estimate period the contractor must enter DBE payments for the previous month’s reporting period. These payment reports are required until all DBE subcontracting activity is complete and paid for. Payment reports are required regardless of whether or not DBE activity has occurred in the monthly reporting period. Information on entering these DBE payments can be found at http://wwwsp.dotd.la.gov/Inside_LaDotd/Divisions/Administration/Compliance/Pages/Subcontractor_Payments.aspx.

Upon completion of all DBE participation, the contractor must submit an original, notarized form CP-2A,

DBE/SBE Final Report, to the DOTD Compliance Programs Section with a copy to the project engineer detailing all DBE subcontract payments. The CP-2A form can be obtained at

http://wwwsp.dotd.la.gov/Inside_LaDOTD/Divisions/Administration/Compliance/Pages/DBE_Admin_Unit.aspx. When the actual amount paid to DBEs is less than the award amount, a complete explanation of the difference is required. If the DBE goal is not met, documentation supporting good faith efforts must be submitted. Failure to submit the required reports will result in the withholding of partial payments to the contractor until the reports are submitted. All payments due to subcontractors which affect DBE goal attainment must be paid by the contractor before the DOTD releases the payment/performance/retainage bond.

The DOTD reserves the right to conduct an audit of DBE participation prior to processing the final estimate and

at any time during the work. M. APPLICABILITY OF PROVISIONS TO DBE BIDDERS: These provisions are applicable to all bidders

including DBE bidders. The DBE bidder is required to perform at least 30 percent of the work of the contract with its own work force in accordance with the terms of the contract, normal industry practices, and the DOTD DBE Program. If the DBE bidder sublets any portion of the contract, the DBE bidder must comply with provisions regarding contractor and subcontractor relationships. A DBE prime contractor may count only the contract amount toward DBE participation for work that he/she actually performs and any amounts awarded to other certified DBE subcontractors that perform a commercially useful function.

H-1

"General Decision Number: LA20200002 01/10/2020 Superseded General Decision Number: LA20190002 State: Louisiana Construction Type: Heavy Counties: Acadia, Ascension, Bossier, Caddo, Calcasieu, East Baton Rouge, Lafayette, Lafourche, Livingston, Ouachita, Rapides, St Landry, St Martin, Terrebonne, Webster and West Baton Rouge Counties in Louisiana. HEAVY CONSTRUCTION PROJECTS (includes flood control, water & sewer lines, and water wells; excludes elevated storage tanks, industrial construction-chemical processing, power plants, and refineries) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.80 for calendar year 2020 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2020 1 01/10/2020 CARP1098-004 07/01/2014 ASCENSION, EAST BATON ROUGE, LIVINGSTON AND WEST BATON ROUGE PARISHES Rates Fringes

H-2

CARPENTER (formbuilding/formsetting).......$ 26.16 8.39 ---------------------------------------------------------------- CARP1098-014 07/01/2014 CALCASIEU PARISH Rates Fringes CARPENTER (formbuilding/formsetting).......$ 26.16 6.80 ---------------------------------------------------------------- CARP1098-015 07/01/2014 ACADIA, LAFAYETTE, ST. LANDRY AND ST. MARTIN PARISHES Rates Fringes CARPENTER (formbuilding/formsetting).......$ 26.16 5.60 ---------------------------------------------------------------- CARP1098-016 07/01/2014 BOSSIER, CADDO, OUACHITA, RAPIDES AND WEBSTER PARISHES Rates Fringes CARPENTER (formbuilding/formsetting).......$ 20.80 6.80 ---------------------------------------------------------------- CARP1846-008 07/01/2019 LAFOURCHE and TERREBONNE PARISHES Rates Fringes CARPENTER (formbuilding/formsetting).......$ 26.51 9.60 ---------------------------------------------------------------- ELEC0130-009 12/02/2019 LAFOURCHE AND TERREBONNE PARISHES Rates Fringes ELECTRICIAN......................$ 31.65 11.98 ---------------------------------------------------------------- ELEC0194-007 09/02/2019 BOSSIER, CADDO, and WEBSTER PARISHES Rates Fringes ELECTRICIAN Lineman and Heavy Equipment Operator..........$ 28.45 12.60 ----------------------------------------------------------------

H-3

ELEC0446-007 01/01/2018 OUACHITA PARISH Rates Fringes ELECTRICIAN......................$ 23.71 1%+11.60 ---------------------------------------------------------------- ELEC0576-006 09/01/2019 RAPIDES PARISH Rates Fringes ELECTRICIAN......................$ 25.30 4.25%+8.10 ---------------------------------------------------------------- ELEC0861-006 09/01/2018 ACADIA, CALCASIEU, LAFAYETTE, AND ST. MARTIN PARISHES Rates Fringes ELECTRICIAN......................$ 27.78 13.25 ---------------------------------------------------------------- * ELEC0995-006 12/30/2019 ASCENSION, EAST BATON ROUGE, LIVINGSTON, ST. LANDRY, AND WEST BATON ROUGE PARISHES Rates Fringes ELECTRICIAN......................$ 26.78 11.33 ---------------------------------------------------------------- SULA2004-006 04/29/2004 Rates Fringes CARPENTER (all other work).......$ 12.81 0.00 Cement Mason/Concrete Finisher...$ 13.77 0.00 Laborers Common......................$ 8.20 0.00 Pipelayer...................$ 9.45 0.00 Power Equipment Operators Backhoe/Excavator...........$ 13.01 0.00 Bulldozer...................$ 13.83 0.00 Crane.......................$ 16.62 3.28 Dragline....................$ 15.16 0.00 Front End Loader............$ 11.50 0.00 Motor Grader/Blade..........$ 11.75 0.00 Oiler.......................$ 8.59 2.50 Trackhoe....................$ 12.64 0.00 Water Well Driller..........$ 11.91 2.44 Winch.......................$ 11.38 0.00

H-4

Truck Driver, Dump...............$ 10.25 0.00 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing

H-5

the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on

H-6

a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION"

H-7

"General Decision Number: LA20200013 01/03/2020 Superseded General Decision Number: LA20190013 State: Louisiana Construction Type: Highway Counties: Ascension, Calcasieu, Cameron, East Baton Rouge, East Feliciana, Grant, Iberville, Lafayette, Livingston, Pointe Coupee, Rapides, St Helena, St Martin, West Baton Rouge and West Feliciana Counties in Louisiana. HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.80 for calendar year 2020 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2020 ENGI0406-001 10/28/2010 Rates Fringes

H-8

Mechanic.......................$ 25.40 8.05 ---------------------------------------------------------------- LABO0207-001 07/01/2006 Calcasieu and Cameron Counties Rates Fringes LABORER: Common or General......$ 12.79 1.73 ---------------------------------------------------------------- * LABO0762-004 01/01/2005 Grant, Lafayette, and Rapides Counties Rates Fringes LABORER: Common or General......$ 11.00 3.50 ---------------------------------------------------------------- LABO1177-003 09/01/2005 Ascension, East Baton Rouge, East Feliciana, Iberville, Livingston, Pointe Coupee, St. Helena, St. Martin, West Baton Rouge, and West Feliciana Counties Rates Fringes LABORER: Common or General......$ 15.00 2.77 ---------------------------------------------------------------- SULA2011-005 08/17/2011 Rates Fringes CARPENTER, Includes Form Work....$ 18.22 4.48 CEMENT MASON/CONCRETE FINISHER...$ 20.03 4.24 IRONWORKER, REINFORCING..........$ 17.49 Power equipment operators: Asphalt Paver...............$ 17.20 4.97 Backhoe/Excavator/Trackhoe..$ 16.13 Broom/Sweeper...............$ 14.05 Bulldozer...................$ 16.40 Crane.......................$ 24.30 Grader/Blade................$ 15.88 Milling Machine.............$ 15.38 2.14 Roller (Asphalt and Dirt Compaction).................$ 14.29 4.23 Trencher....................$ 14.38 Truck drivers:

H-9

Dump Truck..................$ 12.69 Water Truck.................$ 13.79 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this

H-10

classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ----------------------------------------------------------------

H-11

WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

H-12

4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION"

I-1

I-2

I-3

I-4

I-5

I-6

I-7

I-8

I-9

I-10

I-11

I-12

I-13

I-14

I-15

I-16

I-17

I-18

I-19

I-20

I-21

I-22

I-23

I-24

I-25

I-26

I-27

I-28

I-29

I-30

I-31

I-32

I-33

I-34

I-35

I-36

I-37

I-38

I-39

I-40

I-41

I-42

I-43

I-44

I-45

I-46

I-47

I-48

I-49

I-50

I-51

I-52

I-53

I-54

I-55

I-56

I-57

I-58

I-59

I-60

I-61

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

I-62

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

SEALS PAGE 000107 - 1

DOCUMENT 000107 - SEALS PAGE

1.1 DESIGN PROFESSIONALS OF RECORD

A. OPERATOR’S HOUSE SPECIFICATIONS: The following specification sections were prepared by me or under my direct personal supervision:

1. Philippe E. Prouet, Architect, License No. 3106

2. W. Lee Hupperich, Mechanical Engineer, License No. 30451

END OF DOCUMENT 000107

8/06/2019

I-63

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

SUMMARY 011000 - 1I-64

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

SUMMARY 011000 - 2

B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications.

C. Drawing Coordination: Requirements for materials and products identified on Drawings are described in detail in the Specifications. One or more of the following are used on Drawings to identify materials and products:

1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections.

2. Abbreviations: Materials and products are identified by abbreviations published as part of the U.S. National CAD Standard and scheduled on Drawings.

3. Keynoting: Materials and products are identified by reference keynotes referencing Specification Section numbers found in this Project Manual.

END OF SECTION 011000

I-65

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

SUBMITTAL PROCEDURES 013300 - 1

013300 - SUBMITTAL PROCEDURES

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes requirements for the submittal schedule and administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals.

B. In accordance with Louisiana Revised Statute (R.S.) 38:2212.1 and Federal Highway Administration (FHWA) requirements as well as Bridge Design Technical Memorandum (BDTM) 54.1, the product names listed in the plans and specifications are used to denote the quality standard of the item specified. The contractor has a right to submit alternate equipment provided that submitted alternate equipment conforms to the written specifications and meets or exceeds the quality standard set forth by the specified product as determined by the Bridge Engineer.

1. Redesign, modifications, and/or replacement of other items to accommodate the installation and operation of a submitted item is the responsibility of the Contractor, and shall be provided at no additional cost or contract time to the Department.

2. Two manufacturers and model numbers will appear in the plans for commercially-bought components.

3. Coordination with interfacing disciplines affected by the submitted item is the sole responsibility of the contractor.

1.2 DEFINITIONS

A. Action Submittals: Written and graphic information and physical samples that require Bridge Engineer's responsive action. Action submittals are those submittals indicated in individual Specifications Sections as "action submittals."

B. Informational Submittals: Written and graphic information and physical samples that do not require Bridge Engineer's responsive action. Submittals may be rejected for not complying with requirements. Informational submittals are those submittals indicated in individual Specification Sections as "informational submittals" but may include other submittals that the Bridge Engineer deems necessary in order to return an action submittal.

1.3 SUBMITTAL PROCEDURES

A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities.

1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity.

2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination.

I-66

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

SUBMITTAL PROCEDURES 013300 - 2

a. Bridge Engineer reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received.

B. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Bridge Engineer's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals.

1. Initial Review: Allow 14 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Bridge Engineer will advise Contractor when a submittal being processed must be delayed for coordination.

2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal.

3. Resubmittal Review: Allow 14 days for review of each resubmittal.

C. Options: Identify options requiring selection by Bridge Engineer.

D. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, and others as necessary for performance of construction activities. Show distribution on transmittal forms.

E. Use for Construction: Retain complete copies of submittals on Project site. Use only final action submittals that are marked with approval notation from Bridge Engineer’s action stamp ("Accepted").

1.4 SUBMITTAL REQUIREMENTS

A. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment.

1. If information must be specially prepared for submittal because standard published data are unsuitable for use, submit as Shop Drawings, not as Product Data.

2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable:

a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. c. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements. h. Availability and delivery time information.

4. For equipment, include the following in addition to the above, as applicable:

a. Wiring diagrams that show factory-installed wiring. b. Printed performance curves. c. Operational range diagrams.

I-67

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

SUBMITTAL PROCEDURES 013300 - 3

d. Clearances required to other construction, if not indicated on accompanying Shop Drawings.

5. Submit Product Data before Shop Drawings, and before or concurrent with Samples.

B. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data.

1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable:

a. Identification of products. b. Schedules. c. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement. f. Relationship and attachment to adjoining construction clearly indicated. g. Seal and signature of professional engineer if specified.

2. PDF Sheet Size: Except for templates, patterns, and similar full-size Drawings, submit Shop Drawings on sheets at least 22 by 34 inches.

C. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other materials.

1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package.

2. Identification: Permanently attach label on unexposed side of Samples that includes the following:

a. Project name and submittal number. b. Generic description of Sample. c. Product name and name of manufacturer. d. Sample source. e. Number and title of applicable Specification Section. f. Specification paragraph number and generic name of each item.

3. Email Transmittal: Provide PDF transmittal. Include digital image file illustrating Sample characteristics, and identification information for record.

4. Disposition: Maintain sets of approved Samples at Project site, available for quality-control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set.

a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use.

D. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, contact information of architects and owners, and other information specified.

I-68

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

SUBMITTAL PROCEDURES 013300 - 4

E. Design Data: Prepare and submit written and graphic information indicating compliance with indicated performance and design criteria in individual Specification Sections. Include list of assumptions and summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Number each page of submittal.

F. Certificates:

1. Certificates and Certifications Submittals: Submit a statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. Provide a notarized signature where indicated.

2. Installer Certificates: Submit written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project.

3. Manufacturer Certificates: Submit written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required.

4. Material Certificates: Submit written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents.

5. Product Certificates: Submit written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents.

6. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification and Procedure Qualification Record on AWS forms. Include names of firms and personnel certified.

G. Test and Research Reports:

1. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion.

2. Field Test Reports: Submit written reports indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents.

3. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents.

4. Preconstruction Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents.

5. Product Test Reports: Submit written reports indicating that current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency.

6. Research Reports: Submit written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following information:

a. Name of evaluation organization.

I-69

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

SUBMITTAL PROCEDURES 013300 - 5

b. Date of evaluation. c. Time period when report is in effect. d. Product and manufacturers' names. e. Description of product. f. Test procedures and results. g. Limitations of use.

PART 2 - PRODUCTS (Not Applicable)

PART 3 - EXECUTION

3.1 CONTRACTOR'S REVIEW

A. Action and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions.

B. Operation and Maintenance Manual Submittals: See requirements in Section 017823 "Operation and Maintenance Data."

3.2 BRIDGE ENGINEER ACTION

A. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review.

B. Submittals not required by the Contract Documents may not be reviewed and may be discarded.

END OF SECTION 013300

I-70

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

REFERENCES 014200 - 1

SECTION 014200 - REFERENCES

PART 1 - GENERAL

1.1 DEFINITIONS

A. General: Basic Contract definitions are included in the Conditions of the Contract.

B. "No Exceptions Taken": When used to convey Design Engineer's action on Contractor's submittals, applications, and requests, "No Exceptions Taken" does not guarantee that the submitted items conform to the requirements of the Contract Documents, or that the items can be satisfactorily installed and operated in accordance with the intent of the Contract Documents. The Contractor’s obligation to perform and complete the work in the Contract Documents is absolute. The Contractor is always fully responsible for ensuring that all items used on the project comply with the requirements of the Contract Documents, and can be satisfactorily installed and operated without adversely affecting the installation and operation of other items. If at any time, the Department discovers that an item does not meet the requirements of the Contract Documents, the Contractor will be required to replace the item, or perform some other agreed upon remedy that will cause the work to comply with the Contract Documents, at no additional cost or contract time to the Department even though the item was previously reviewed by the Department, and the item has already been installed on the project. This includes all redesign/modifications/replacement of other items required to complete the replacement of the incorrect item.

C. "Returned for Correction": Submittals stamped "Returned for Correction" have been rejected by the Department. A submitted item may be rejected because it is not equal to or better than the item specified in the Contract Documents, it may not be installed correctly, pertinent information may not be included in the submittal, or some other error.

D. "Directed": A command or instruction by Design Engineer. Other terms including "requested," "authorized," "selected," "required," and "permitted" have the same meaning as "directed."

E. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated."

F. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work.

G. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations.

H. "Install": Unload, temporarily store, unpack, assemble, erect, place, anchor, apply, work to dimension, finish, cure, protect, clean, and similar operations at Project site.

I. "Provide": Furnish and install, complete and ready for the intended use.

I-71

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

REFERENCES 014200 - 2

J. "Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built.

K. “Standard Specifications”: Refers to the Department’s Louisiana Standard Specifications for Roads and Bridges.

1.2 INDUSTRY STANDARDS

A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference.

B. Publication Dates: Comply with standards in effect as of date of the Contract Documents unless otherwise indicated.

C. Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents.

1. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source.

1.3 ABBREVIATIONS AND ACRONYMS

A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities indicated in Gale's "Encyclopedia of Associations: National Organizations of the U.S." or in Columbia Books' "National Trade & Professional Associations of the United States."

B. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list.

1. AABC - Associated Air Balance Council; www.aabc.com. 2. AAMA - American Architectural Manufacturers Association; www.aamanet.org. 3. AAPFCO - Association of American Plant Food Control Officials; www.aapfco.org. 4. AASHTO - American Association of State Highway and Transportation Officials;

www.transportation.org. 5. AATCC - American Association of Textile Chemists and Colorists; www.aatcc.org. 6. ABMA - American Bearing Manufacturers Association; www.americanbearings.org. 7. ACI - American Concrete Institute; (Formerly: ACI International); www.concrete.org. 8. ACPA - American Concrete Pipe Association; www.concrete-pipe.org. 9. AEIC - Association of Edison Illuminating Companies, Inc. (The); www.aeic.org. 10. AF&PA - American Forest & Paper Association; www.afandpa.org. 11. AGA - American Gas Association; www.aga.org. 12. AHAM - Association of Home Appliance Manufacturers; www.aham.org. 13. AHRI - Air-Conditioning, Heating, and Refrigeration Institute (The); www.ahrinet.org. 14. AI - Asphalt Institute; www.asphaltinstitute.org.

I-72

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

REFERENCES 014200 - 3

15. AIA - American Institute of Architects (The); www.aia.org. 16. AISC - American Institute of Steel Construction; www.aisc.org. 17. AISI - American Iron and Steel Institute; www.steel.org. 18. AITC - American Institute of Timber Construction; www.aitc-glulam.org. 19. AMCA - Air Movement and Control Association International, Inc.; www.amca.org. 20. ANSI - American National Standards Institute; www.ansi.org. 21. AOSA - Association of Official Seed Analysts, Inc.; www.aosaseed.com. 22. APA - APA - The Engineered Wood Association; www.apawood.org. 23. APA - Architectural Precast Association; www.archprecast.org. 24. API - American Petroleum Institute; www.api.org. 25. ARI - Air-Conditioning & Refrigeration Institute; (See AHRI). 26. ARI - American Refrigeration Institute; (See AHRI). 27. ARMA - Asphalt Roofing Manufacturers Association; www.asphaltroofing.org. 28. ASCE - American Society of Civil Engineers; www.asce.org. 29. ASCE/SEI - American Society of Civil Engineers/Structural Engineering Institute; (See

ASCE). 30. ASHRAE - American Society of Heating, Refrigerating and Air-Conditioning Engineers;

www.ashrae.org. 31. ASME - ASME International; (American Society of Mechanical Engineers);

www.asme.org. 32. ASSE - American Society of Safety Engineers (The); www.asse.org. 33. ASSE - American Society of Sanitary Engineering; www.asse-plumbing.org. 34. ASTM - ASTM International; (American Society for Testing and Materials

International); www.astm.org. 35. ATIS - Alliance for Telecommunications Industry Solutions; www.atis.org. 36. AWEA - American Wind Energy Association; www.awea.org. 37. AWI - Architectural Woodwork Institute; www.awinet.org. 38. AWMAC - Architectural Woodwork Manufacturers Association of Canada;

www.awmac.com. 39. AWPA - American Wood Protection Association; (Formerly: American Wood-

Preservers' Association); www.awpa.com. 40. AWS - American Welding Society; www.aws.org. 41. AWWA - American Water Works Association; www.awwa.org. 42. BHMA - Builders Hardware Manufacturers Association; www.buildershardware.com. 43. BIA - Brick Industry Association (The); www.gobrick.com. 44. BICSI - BICSI, Inc.; www.bicsi.org. 45. BIFMA - BIFMA International; (Business and Institutional Furniture Manufacturer's

Association); www.bifma.com. 46. BISSC - Baking Industry Sanitation Standards Committee; www.bissc.org. 47. BOCA - BOCA; (Building Officials and Code Administrators International Inc.); (See

ICC). 48. BWF - Badminton World Federation; (Formerly: International Badminton Federation);

www.bwfbadminton.org. 49. CDA - Copper Development Association; www.copper.org. 50. CEA - Canadian Electricity Association; www.electricity.ca. 51. CEA - Consumer Electronics Association; www.ce.org. 52. CFFA - Chemical Fabrics & Film Association, Inc.; www.chemicalfabricsandfilm.com. 53. CFSEI - Cold-Formed Steel Engineers Institute; www.cfsei.org. 54. CGA - Compressed Gas Association; www.cganet.com. 55. CIMA - Cellulose Insulation Manufacturers Association; www.cellulose.org. 56. CISCA - Ceilings & Interior Systems Construction Association; www.cisca.org.

I-73

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

REFERENCES 014200 - 4

57. CISPI - Cast Iron Soil Pipe Institute; www.cispi.org. 58. CLFMI - Chain Link Fence Manufacturers Institute; www.chainlinkinfo.org. 59. CPA - Composite Panel Association; www.pbmdf.com. 60. CRI - Carpet and Rug Institute (The); www.carpet-rug.org. 61. CRRC - Cool Roof Rating Council; www.coolroofs.org. 62. CRSI - Concrete Reinforcing Steel Institute; www.crsi.org. 63. CSA - Canadian Standards Association; www.csa.ca. 64. CSA - CSA International; (Formerly: IAS - International Approval Services); www.csa-

international.org. 65. CSI - Construction Specifications Institute (The); www.csinet.org. 66. CSSB - Cedar Shake & Shingle Bureau; www.cedarbureau.org. 67. CTI - Cooling Technology Institute; (Formerly: Cooling Tower Institute); www.cti.org. 68. CWC - Composite Wood Council; (See CPA). 69. DASMA - Door and Access Systems Manufacturers Association; www.dasma.com. 70. DHI - Door and Hardware Institute; www.dhi.org. 71. ECA - Electronic Components Association; www.ec-central.org. 72. ECAMA - Electronic Components Assemblies & Materials Association; (See ECA). 73. EIA - Electronic Industries Alliance; (See TIA). 74. EIMA - EIFS Industry Members Association; www.eima.com. 75. EJMA - Expansion Joint Manufacturers Association, Inc.; www.ejma.org. 76. ESD - ESD Association; (Electrostatic Discharge Association); www.esda.org. 77. ESTA - Entertainment Services and Technology Association; (See PLASA). 78. EVO - Efficiency Valuation Organization; www.evo-world.org. 79. FIBA - Federation Internationale de Basketball; (The International Basketball

Federation); www.fiba.com. 80. FIVB - Federation Internationale de Volleyball; (The International Volleyball

Federation); www.fivb.org. 81. FM Approvals - FM Approvals LLC; www.fmglobal.com. 82. FM Global - FM Global; (Formerly: FMG - FM Global); www.fmglobal.com. 83. FRSA - Florida Roofing, Sheet Metal & Air Conditioning Contractors Association, Inc.;

www.floridaroof.com. 84. FSA - Fluid Sealing Association; www.fluidsealing.com. 85. FSC - Forest Stewardship Council U.S.; www.fscus.org. 86. GA - Gypsum Association; www.gypsum.org. 87. GANA - Glass Association of North America; www.glasswebsite.com. 88. GS - Green Seal; www.greenseal.org. 89. HI - Hydraulic Institute; www.pumps.org. 90. HI/GAMA - Hydronics Institute/Gas Appliance Manufacturers Association; (See AHRI). 91. HMMA - Hollow Metal Manufacturers Association; (See NAAMM). 92. HPVA - Hardwood Plywood & Veneer Association; www.hpva.org. 93. HPW - H. P. White Laboratory, Inc.; www.hpwhite.com. 94. IAPSC - International Association of Professional Security Consultants; www.iapsc.org. 95. IAS - International Approval Services; (See CSA). 96. ICBO - International Conference of Building Officials; (See ICC). 97. ICC - International Code Council; www.iccsafe.org. 98. ICEA - Insulated Cable Engineers Association, Inc.; www.icea.net. 99. ICPA - International Cast Polymer Alliance; www.icpa-hq.org. 100. ICRI - International Concrete Repair Institute, Inc.; www.icri.org. 101. IEC - International Electrotechnical Commission; www.iec.ch. 102. IEEE - Institute of Electrical and Electronics Engineers, Inc. (The); www.ieee.org.

I-74

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

REFERENCES 014200 - 5

103. IES - Illuminating Engineering Society; (Formerly: Illuminating Engineering Society of North America); www.ies.org.

104. IESNA - Illuminating Engineering Society of North America; (See IES). 105. IEST - Institute of Environmental Sciences and Technology; www.iest.org. 106. IGMA - Insulating Glass Manufacturers Alliance; www.igmaonline.org. 107. IGSHPA - International Ground Source Heat Pump Association;

www.igshpa.okstate.edu. 108. ILI - Indiana Limestone Institute of America, Inc.; www.iliai.com. 109. Intertek - Intertek Group; (Formerly: ETL SEMCO; Intertek Testing Service NA);

www.intertek.com. 110. ISA - International Society of Automation (The); (Formerly: Instrumentation, Systems,

and Automation Society); www.isa.org. 111. ISAS - Instrumentation, Systems, and Automation Society (The); (See ISA). 112. ISFA - International Surface Fabricators Association; (Formerly: International Solid

Surface Fabricators Association); www.isfanow.org. 113. ISO - International Organization for Standardization; www.iso.org. 114. ISSFA - International Solid Surface Fabricators Association; (See ISFA). 115. ITU - International Telecommunication Union; www.itu.int/home. 116. KCMA - Kitchen Cabinet Manufacturers Association; www.kcma.org. 117. LMA - Laminating Materials Association; (See CPA). 118. LPI - Lightning Protection Institute; www.lightning.org. 119. MBMA - Metal Building Manufacturers Association; www.mbma.com. 120. MCA - Metal Construction Association; www.metalconstruction.org. 121. MFMA - Maple Flooring Manufacturers Association, Inc.; www.maplefloor.org. 122. MFMA - Metal Framing Manufacturers Association, Inc.; www.metalframingmfg.org. 123. MHIA - Material Handling Industry of America; www.mhia.org. 124. MIA - Marble Institute of America; www.marble-institute.com. 125. MMPA - Moulding & Millwork Producers Association; (Formerly: Wood Moulding &

Millwork Producers Association); www.wmmpa.com. 126. MPI - Master Painters Institute; www.paintinfo.com. 127. MSS - Manufacturers Standardization Society of The Valve and Fittings Industry Inc.;

www.mss-hq.org. 128. NAAMM - National Association of Architectural Metal Manufacturers;

www.naamm.org. 129. NACE - NACE International; (National Association of Corrosion Engineers

International); www.nace.org. 130. NADCA - National Air Duct Cleaners Association; www.nadca.com. 131. NAIMA - North American Insulation Manufacturers Association; www.naima.org. 132. NBGQA - National Building Granite Quarries Association, Inc.; www.nbgqa.com. 133. NCAA - National Collegiate Athletic Association (The); www.ncaa.org. 134. NCMA - National Concrete Masonry Association; www.ncma.org. 135. NEBB - National Environmental Balancing Bureau; www.nebb.org. 136. NECA - National Electrical Contractors Association; www.necanet.org. 137. NeLMA - Northeastern Lumber Manufacturers Association; www.nelma.org. 138. NEMA - National Electrical Manufacturers Association; www.nema.org. 139. NETA - InterNational Electrical Testing Association; www.netaworld.org. 140. NFHS - National Federation of State High School Associations; www.nfhs.org. 141. NFPA - NFPA; (National Fire Protection Association); www.nfpa.org. 142. NFPA - NFPA International; (See NFPA). 143. NFRC - National Fenestration Rating Council; www.nfrc.org. 144. NHLA - National Hardwood Lumber Association; www.nhla.com.

I-75

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

REFERENCES 014200 - 6

145. NLGA - National Lumber Grades Authority; www.nlga.org. 146. NOFMA - National Oak Flooring Manufacturers Association; (See NWFA). 147. NOMMA - National Ornamental & Miscellaneous Metals Association; www.nomma.org. 148. NRCA - National Roofing Contractors Association; www.nrca.net. 149. NRMCA - National Ready Mixed Concrete Association; www.nrmca.org. 150. NSF - NSF International; (National Sanitation Foundation International); www.nsf.org. 151. NSPE - National Society of Professional Engineers; www.nspe.org. 152. NSSGA - National Stone, Sand & Gravel Association; www.nssga.org. 153. NTMA - National Terrazzo & Mosaic Association, Inc. (The); www.ntma.com. 154. NWFA - National Wood Flooring Association; www.nwfa.org. 155. PCI - Precast/Prestressed Concrete Institute; www.pci.org. 156. PDI - Plumbing & Drainage Institute; www.pdionline.org. 157. PLASA - PLASA; (Formerly: ESTA - Entertainment Services and Technology

Association); www.plasa.org. 158. RCSC - Research Council on Structural Connections; www.boltcouncil.org. 159. RFCI - Resilient Floor Covering Institute; www.rfci.com. 160. RIS - Redwood Inspection Service; www.redwoodinspection.com. 161. SAE - SAE International; (Society of Automotive Engineers); www.sae.org. 162. SCTE - Society of Cable Telecommunications Engineers; www.scte.org. 163. SDI - Steel Deck Institute; www.sdi.org. 164. SDI - Steel Door Institute; www.steeldoor.org. 165. SEFA - Scientific Equipment and Furniture Association; www.sefalabs.com. 166. SEI/ASCE - Structural Engineering Institute/American Society of Civil Engineers; (See

ASCE). 167. SIA - Security Industry Association; www.siaonline.org. 168. SJI - Steel Joist Institute; www.steeljoist.org. 169. SMA - Screen Manufacturers Association; www.smainfo.org. 170. SMACNA - Sheet Metal and Air Conditioning Contractors' National Association;

www.smacna.org. 171. SMPTE - Society of Motion Picture and Television Engineers; www.smpte.org. 172. SPFA - Spray Polyurethane Foam Alliance; www.sprayfoam.org. 173. SPIB - Southern Pine Inspection Bureau; www.spib.org. 174. SPRI - Single Ply Roofing Industry; www.spri.org. 175. SRCC - Solar Rating and Certification Corporation; www.solar-rating.org. 176. SSINA - Specialty Steel Industry of North America; www.ssina.com. 177. SSPC - SSPC: The Society for Protective Coatings; www.sspc.org. 178. STI - Steel Tank Institute; www.steeltank.com. 179. SWI - Steel Window Institute; www.steelwindows.com. 180. SWPA - Submersible Wastewater Pump Association; www.swpa.org. 181. TCA - Tilt-Up Concrete Association; www.tilt-up.org. 182. TCNA - Tile Council of North America, Inc.; (Formerly: Tile Council of America);

www.tileusa.com. 183. TEMA - Tubular Exchanger Manufacturers Association, Inc.; www.tema.org. 184. TIA - Telecommunications Industry Association; (Formerly: TIA/EIA -

Telecommunications Industry Association/Electronic Industries Alliance); www.tiaonline.org.

185. TIA/EIA - Telecommunications Industry Association/Electronic Industries Alliance; (See TIA).

186. TMS - The Masonry Society; www.masonrysociety.org. 187. TPI - Truss Plate Institute; www.tpinst.org. 188. TPI - Turfgrass Producers International; www.turfgrasssod.org.

I-76

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

REFERENCES 014200 - 7

189. TRI - Tile Roofing Institute; www.tileroofing.org. 190. UBC - Uniform Building Code; (See ICC). 191. UL - Underwriters Laboratories Inc.; www.ul.com. 192. UNI - Uni-Bell PVC Pipe Association; www.uni-bell.org. 193. USAV - USA Volleyball; www.usavolleyball.org. 194. USGBC - U.S. Green Building Council; www.usgbc.org. 195. USITT - United States Institute for Theatre Technology, Inc.; www.usitt.org. 196. WASTEC - Waste Equipment Technology Association; www.wastec.org. 197. WCLIB - West Coast Lumber Inspection Bureau; www.wclib.org. 198. WCMA - Window Covering Manufacturers Association; www.wcmanet.org. 199. WDMA - Window & Door Manufacturers Association; www.wdma.com. 200. WI - Woodwork Institute; (Formerly: WIC - Woodwork Institute of California);

www.wicnet.org. 201. WMMPA - Wood Moulding & Millwork Producers Association; (See MMPA). 202. WSRCA - Western States Roofing Contractors Association; www.wsrca.com. 203. WPA - Western Wood Products Association; www.wwpa.org.

C. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list.

1. DIN - Deutsches Institut fur Normung e.V.; www.din.de. 2. IAPMO - International Association of Plumbing and Mechanical Officials;

www.iapmo.org. 3. ICC - International Code Council; www.iccsafe.org. 4. ICC-ES - ICC Evaluation Service, LLC; www.icc-es.org.

D. Federal Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list.

1. COE - Army Corps of Engineers; www.usace.army.mil. 2. CPSC - Consumer Product Safety Commission; www.cpsc.gov. 3. DOC - Department of Commerce; National Institute of Standards and Technology;

www.nist.gov. 4. DOD - Department of Defense; http://dodssp.daps.dla.mil. 5. DOE - Department of Energy; www.energy.gov. 6. EPA - Environmental Protection Agency; www.epa.gov. 7. FAA - Federal Aviation Administration; www.faa.gov. 8. FG - Federal Government Publications; www.gpo.gov. 9. GSA - General Services Administration; www.gsa.gov. 10. HUD - Department of Housing and Urban Development; www.hud.gov. 11. LBL - Lawrence Berkeley National Laboratory; Environmental Energy Technologies

Division; http://eetd.lbl.gov. 12. OSHA - Occupational Safety & Health Administration; www.osha.gov. 13. SD - Department of State; www.state.gov. 14. TRB - Transportation Research Board; National Cooperative Highway Research

Program; www.trb.org. 15. USDA - Department of Agriculture; Agriculture Research Service; U.S. Salinity

Laboratory; www.ars.usda.gov. 16. USDA - Department of Agriculture; Rural Utilities Service; www.usda.gov.

I-77

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

REFERENCES 014200 - 8

17. USDJ - Department of Justice; Office of Justice Programs; National Institute of Justice; www.ojp.usdoj.gov.

18. USP - U.S. Pharmacopeia; www.usp.org. 19. USPS - United States Postal Service; www.usps.com.

E. Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list.

1. CFR - Code of Federal Regulations; Available from Government Printing Office; www.gpo.gov/fdsys.

2. DOD - Department of Defense; Military Specifications and Standards; Available from Department of Defense Single Stock Point; http://dodssp.daps.dla.mil.

3. DSCC - Defense Supply Center Columbus; (See FS). 4. FED-STD - Federal Standard; (See FS). 5. FS - Federal Specification; Available from Department of Defense Single Stock Point;

http://dodssp.daps.dla.mil.

a. Available from Defense Standardization Program; www.dsp.dla.mil. b. Available from General Services Administration; www.gsa.gov. c. Available from National Institute of Building Sciences/Whole Building Design

Guide; www.wbdg.org/ccb.

6. MILSPEC - Military Specification and Standards; (See DOD). 7. USAB - United States Access Board; www.access-board.gov. 8. USATBCB - U.S. Architectural & Transportation Barriers Compliance Board; (See

USAB).

END OF SECTION 014200

I-78

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

OPERATION AND MAINTENANCE DATA 017823 - 1

SECTION 017823 - OPERATION AND MAINTENANCE DATA

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes administrative and procedural requirements for preparing operation and maintenance manuals, including the following:

1. Operation and maintenance documentation directory. 2. Operation manuals for systems, subsystems, and equipment. 3. Product maintenance manuals. 4. Systems and equipment maintenance manuals.

1.2 OPERATION AND MAINTENANCE MANUAL SUBMITTAL PROCEDURE

A. Submit the initial copy of the manual as a single, color, Portable Document Format (PDF) file. The electronic file shall be organized and formatted to present itself as a finished operation and maintenance manual. For bidding purposes, allow a review period of ten (10) working days.

B. The entire maintenance manual will be considered one item. Only the title sheet shall be stamped "Returned for Corrections" or "Accepted."

C. If the operation and maintenance manual is rejected for review, the title sheet will be stamped "Returned for Corrections," will be initialed and dated by the reviewer, will have comments marked in red, and will be returned electronically.

D. Correct errors and resubmit electronically to the Bridge Engineer for review. This process will repeat until the Department has no comments. The title sheet will then be stamped "Accepted," initialed and dated by the reviewer, and distributed electronically by Bridge Design.

1. After manual is returned electronically "Accepted," submit two paper copies in accordance with Paragraph F under Section 2.1.

PART 2 - PRODUCTS

2.1 REQUIREMENTS FOR OPERATION AND MAINTENANCE MANUALS

A. All sheets included in the manual must be of good quality and easily readable. Poor quality can be reason for rejection. Any sheets with color must be scanned/printed in color.

B. Directory: Prepare a single, comprehensive directory of operation, and maintenance data and materials, listing items and their location to facilitate ready access to desired information.

I-79

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

OPERATION AND MAINTENANCE DATA 017823 - 2

C. Organization: Unless otherwise indicated, organize each manual into a separate section for each system and subsystem, and a separate section for each piece of equipment not part of a system. Each manual shall contain the following materials, in the order listed:

1. Title page. 2. Table of contents. 3. Content.

D. Title Page: Include the following information:

1. Owner name: "Louisiana Department of Transportation and Development." 2. Title of manual: "Operation and Maintenance Manual." 3. State project number. 4. Parish name. 5. Building name and address. 6. Year in which the project was completed. 7. Name and contact information for Contractor.

E. Table of Contents: List each product included in manual, identified by product name, indexed to the content of the volume, and cross-referenced to Specification Section number in Project Manual.

F. Manuals, Paper Copy: Submit two final forms as hard copies, bound and labeled volumes. The title sheet shall bear the "Accepted" stamp.

1. Binders: Heavy-duty, three-ring (D-ring), lockable, vinyl-covered, loose-leaf binders, in thickness necessary to accommodate contents, sized to hold 8-1/2-by-11-inch paper; with clear plastic sleeve on spine to hold label describing contents and with pockets inside covers to hold folded oversize sheets.

a. Identify each binder on front and spine, with printed title "OPERATION AND MAINTENANCE MANUAL," Project title or name, and project number. Indicate volume number for multiple-volume sets.

2. Dividers: Heavy-paper dividers with plastic-covered tabs for each section of the manual. Mark each tab to indicate contents. Include typed list of products and major components of equipment included in the section on each divider, cross-referenced to Specification Section number and title of Project Manual.

3. Drawings: Attach reinforced, punched binder tabs on drawings and bind with text. Drawings shall measure a maximum of 11 by 17 inches.

a. Fold drawings to same size as text pages and use as foldouts.

2.2 OPERATION SECTION

A. Content: In addition to requirements in this Section, include operation data required in individual Specification Sections and the following information:

I-80

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

OPERATION AND MAINTENANCE DATA 017823 - 3

1. System, subsystem, and equipment descriptions. Use designations for systems and equipment indicated on Contract Documents.

2. Operating standards. 3. Operating procedures. 4. Operating logs. 5. Wiring diagrams. 6. Control diagrams. 7. Piped system diagrams. 8. Precautions against improper use.

B. Descriptions: Include the following:

1. Product name and model number. Use designations for products indicated on Contract Documents.

2. Manufacturer's name. 3. Equipment identification with serial number of each component. 4. Equipment function. 5. Operating characteristics. 6. Limiting conditions. 7. Performance curves. 8. Engineering data and tests. 9. Complete nomenclature and number of replacement parts.

C. Operating Procedures: Include the following, as applicable:

1. Startup procedures. 2. Equipment or system break-in procedures. 3. Routine and normal operating instructions. 4. Regulation and control procedures. 5. Instructions on stopping. 6. Normal shutdown instructions. 7. Seasonal and weekend operating instructions. 8. Required sequences for electric or electronic systems. 9. Special operating instructions and procedures.

D. Systems and Equipment Controls: Describe the sequence of operation, and diagram controls as installed.

E. Piped Systems: Diagram piping as installed, and identify color-coding where required for identification.

2.3 PRODUCT MAINTENANCE SECTION

A. Content: Organize manual into a separate section for each product, material, and finish. Include source information, product information, maintenance procedures, repair materials and sources, and warranties and bonds, as described below.

B. Source Information: List each product included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and

I-81

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

OPERATION AND MAINTENANCE DATA 017823 - 4

telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual.

C. Product Information: Include the following, as applicable:

1. Product name and model number. 2. Manufacturer's name. 3. Color, pattern, and texture. 4. Material and chemical composition. 5. Reordering information for specially manufactured products.

D. Maintenance Procedures: Include manufacturer's written recommendations and the following:

1. Inspection procedures. 2. Types of cleaning agents to be used and methods of cleaning. 3. List of cleaning agents and methods of cleaning detrimental to product. 4. Schedule for routine cleaning and maintenance. 5. Repair instructions.

E. Repair Materials and Sources: Include lists of materials and local sources of materials and related services.

F. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds.

2.4 SYSTEMS AND EQUIPMENT MAINTENANCE SECTION

A. Content: For each system, subsystem, and piece of equipment not part of a system, include source information, manufacturers' maintenance documentation, maintenance procedures, maintenance and service schedules, spare parts list and source information, maintenance service contracts, and warranty and bond information, as described below.

B. Source Information: List each system, subsystem, and piece of equipment included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual.

C. Manufacturers' Maintenance Documentation: Manufacturers' maintenance documentation including the following information for each component part or piece of equipment:

1. Standard maintenance instructions and bulletins. 2. Drawings, diagrams, and instructions required for maintenance, including disassembly

and component removal, replacement, and assembly. 3. Identification and nomenclature of parts and components. 4. List of items recommended to be stocked as spare parts.

D. Maintenance Procedures: Include the following information and items that detail essential maintenance procedures:

1. Test and inspection instructions.

I-82

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

OPERATION AND MAINTENANCE DATA 017823 - 5

2. Troubleshooting guide. 3. Precautions against improper maintenance. 4. Disassembly; component removal, repair, and replacement; and reassembly instructions. 5. Aligning, adjusting, and checking instructions. 6. Demonstration and training video recording, if available.

E. Maintenance and Service Schedules: Include service and lubrication requirements, list of required lubricants for equipment, and separate schedules for preventive and routine maintenance and service with standard time allotment.

F. Spare Parts List and Source Information: Include lists of replacement and repair parts, with parts identified and cross-referenced to manufacturers' maintenance documentation and local sources of maintenance materials and related services.

G. Maintenance Service Contracts: Include copies of maintenance agreements with name and telephone number of service agent.

H. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds.

PART 3 - EXECUTION

3.1 MANUAL PREPARATION

A. Product Maintenance: Assemble a complete set of maintenance data indicating care and maintenance of each product, material, and finish incorporated into the Work.

B. Operation and Maintenance: Assemble a complete set of operation and maintenance data indicating operation and maintenance of each system, subsystem, and piece of equipment not part of a system.

C. Manufacturers' Data: Only use product data sheets/submittals stamped "Accepted" and returned from Bridge Design. Where manuals contain manufacturers' standard printed data, include only sheets pertinent to product or component installed. Mark each sheet to identify each product or component incorporated into the Work. If data include more than one item in a tabular format, identify each item using appropriate references from the Contract Documents. Identify data applicable to the Work and delete references to information not applicable.

D. Drawings: Prepare drawings supplementing manufacturers' printed data to illustrate the relationship of component parts of equipment and systems and to illustrate control sequence and flow diagrams. Coordinate these drawings with information contained in record Drawings to ensure correct illustration of completed installation.

END OF SECTION 017823

I-83

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

Water Repellent – HAE16201 07180 - 1

SECTION 07180 - WATER REPELLENTS PART 1 - GENERAL 1.1 SUMMARY Section Includes: Application of clear water repellent coating to the following exposed surfaces:

A. Exterior: Concrete (unpainted) walls

Section Does Not Include: Application of water repellents to horizontal traffic surface. 1.2 SUBMITTALS

A. Product Data: Manufacturer’s technical product data and recommendations for use of each type of product required.

B. Manufacturer’s Instructions: Detailed application instructions, including weather

limitations, condition of substrates, surface preparation of cleaning, protection of adjacent surfaces, application of product and cleaning of accidental over-spray and spill.

C. Contract Closeout Submittals: Warranty.

1.3 QUALITY ASSURANCE

A. Manufacturer: Provide water repellent manufactured by a firm having not less than 5 years’ successful experience in manufacturing water repellents of the type required.

B. A company installing products of this section and whose installations have performed

in a satisfactory manner under comparable conditions for a period of 5 years. 1.4 DELIVERY, STORAGE AND HANDLING

A. Deliver materials to the project site in manufacturer’s unopened original containers.

B. Store materials in dry, well-ventilated space. 1.5 SITE CONDITIONS

A. Proceed with work of this section only after substrate construction and sealant installation have been completed.

B. Comply with manufacturer’s recommendations regarding condition of substrate to receive

water repellent, weather conditions before and during installation and protection of the installed water-repellent coating.

I-84

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

Water Repellent – HAE16201 07180 - 2

1.6 WARRANTY

A. Furnish warranty to provide materials and labor required to repair or replace materials which fail to perform properly due to defective materials or workmanship. This warranty shall be in addition to and not a limitation of, other rights the owner may have against the contractor under the contract documents.

B. Warranty period is two (2) years after date of substantial completion. PART 2 - PRODUCTS 2.1 CLEAR WATER REPELLENTS

A. General: Provide products recommended by the manufacturer for compatibility and proper performance when applied to the substrates indicated to receive water repellent treatment.

B. Product: The following products, provided they comply with requirements of the contract

documents, will be among those considered acceptable:

1) Silane - 40 % active ingredients: Ethanol based, water based or solvent based polymerized silane solutions:

a) “Dri-Sil 40 Silane”, Dow Corning Corporation b) “Pentane 40”, L & M Construction Chemicals, Inc. c) “Klere-Seal 940S”, Pecora Corporation d) “Weather Seal H40”, ProSoCo, Inc.

2) Siloxane - Mineral spirit based alkyl-alkoxy siloxane solution:

a) “Euco Weather-Guard”; The Euclid Chemical Company b) “Hydropel”; L & M Construction Chemicals, Inc. c) “Weather Seal Special Siloxane”; ProSoCo, Inc. d) ”Weather Seal Siloxane”, ProSoCo., Inc.

3.1 PART 3 - EXECUTION

A. Preparation:

1) Do not proceed with application of water repellent until sealant for joints adjacent to

surfaces to receive water repellent treatment have been installed and cured.

I-85

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

Water Repellent – HAE16201 07180 - 3

2) Water repellent work may precede sealant application only if sealant adhesion and compatibility have been tested and verified using substrate, water repellent and sealant materials identical to those used in the work.

3) Clean substrate, removing substances deleterious to penetration or performance of water repellents.

B. Moisture Content

a. Test cleaned substrates according to manufacturer’s instructions before applying water repellents.

C. Protection

a. Mask off and cover adjacent surfaces to prevent contamination by water

repellents whether by spray, drift, drip or spillage. b. Take special care to protect aluminum, glass and live plant or turf surface. c. Should contamination occur, clean surfaces immediately, following

manufacturer’s instructions. D. Installation

a. Comply with manufacturer’s written application instructions.

b. Unless specifically contradicted by manufacturer’s instructions, use low pressure spray

equipment to apply a heavy saturation coat to substrate followed by a second saturation coat after the manufacturer’s recommended drying time has elapsed.

END OF SECTION

I-86

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING 075216 - 1

SECTION 075216 - STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. Styrene-butadiene-styrene (SBS)-modified bituminous membrane roofing. 2. Roof insulation.

1.2 DEFINITIONS

A. Roofing Terminology: Definitions in ASTM D 1079 and glossary of NRCA's "The NRCA Roofing and Waterproofing Manual" apply to work of this Section.

1.3 ACTION SUBMITTALS

A. Product Data: For each type of product.

B. Shop Drawings: For roofing system. Include plans, elevations, sections, details, and attachments to other work.

1.4 INFORMATIONAL SUBMITTALS

A. Research/Evaluation Reports: For components of membrane roofing system, from ICC-ES.

B. Sample Warranties: For manufacturer's special warranties.

1.5 CLOSEOUT SUBMITTALS

A. Maintenance Data: For roofing system to include in maintenance manuals.

1.6 QUALITY ASSURANCE

A. Manufacturer Qualifications: A qualified manufacturer that is FM Global approved for membrane roofing system identical to that used for this Project.

B. Installer Qualifications: A qualified firm that is approved, authorized, or licensed by roofing system manufacturer to install manufacturer's product and that is eligible to receive manufacturer's special warranty.

I-87

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING 075216 - 2

1.7 DELIVERY, STORAGE, AND HANDLING

A. Deliver roofing materials to Project site in original containers with seals unbroken and labeled with manufacturer's name, product brand name and type, date of manufacture, approval or listing agency markings, and directions for storing and mixing with other components.

B. Store liquid materials in their original undamaged containers in a clean, dry, protected location and within the temperature range required by roofing system manufacturer. Protect stored liquid material from direct sunlight.

1. Discard and legally dispose of liquid material that cannot be applied within its stated shelf life.

C. Protect roof insulation materials from physical damage and from deterioration by sunlight, moisture, soiling, and other sources. Store in a dry location. Comply with insulation manufacturer's written instructions for handling, storing, and protecting during installation.

D. Handle and store roofing materials, and place equipment in a manner to avoid permanent deflection of deck.

1.8 FIELD CONDITIONS

A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit roofing system to be installed according to manufacturer's written instructions and warranty requirements.

1.9 WARRANTY

A. Special Warranty: Manufacturer agrees to repair or replace components of roofing system that fail in materials or workmanship within specified warranty period.

1. Special warranty includes membrane roofing, base flashings, roof insulation, fasteners, cover boards, substrate board, roofing accessories, and other components of roofing system.

2. Warranty Period: 20 years from date of Final Acceptance.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Source Limitations: Obtain components including roof insulation for roofing system from same manufacturer as membrane roofing.

2.2 PERFORMANCE REQUIREMENTS

A. Accelerated Weathering: Roofing system shall withstand 2000 hours of exposure when tested according to ASTM G 152, ASTM G 154, or ASTM G 155.

I-88

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING 075216 - 3

B. Impact Resistance: Roofing system shall resist impact damage when tested according to ASTM D 3746 or ASTM D 4272.

C. Roofing System Design: Tested by a qualified testing agency to resist the following uplift pressures:

1. Corner Uplift Pressure: 495 lbf/sq. ft. 2. Perimeter Uplift Pressure: 495 lbf/sq. ft. 3. Field-of-Roof Uplift Pressure: 345 lbf/sq. ft.

D. Exterior Fire-Test Exposure: ASTM E 108 or UL 790, Class C; for application and roof slopes indicated; testing by a qualified testing agency. Identify products with appropriate markings of applicable testing agency.

E. Fire-Resistance Ratings: Comply with fire-resistance-rated assembly designs indicated. Identify products with appropriate markings of applicable testing agency.

2.3 ROOFING SHEET MATERIALS

A. Base Sheet: ASTM D 4601, Type II, nonperforated, asphalt-impregnated and -coated, glass-fiber sheet, dusted with fine mineral surfacing on both sides.

B. Roofing Membrane Sheet: ASTM D 6163, Grade S, Type I or II, SBS-modified asphalt sheet (reinforced with glass fibers); smooth surfaced; suitable for application method specified.

C. Granule-Surfaced Roofing Cap Sheet: ASTM D 6163, Grade G, Type I or II, SBS-modified asphalt sheet (reinforced with glass fibers); granule surfaced; suitable for application method specified, and as follows:

1. Granule Color: White.

2.4 BASE FLASHING SHEET MATERIALS

A. Backer Sheet: ASTM D 6163, Grade S, Type I or II, SBS-modified asphalt sheet (reinforced with glass fibers); smooth surfaced; suitable for application method specified.

B. Granule-Surfaced Flashing Sheet: ASTM D 6163, Grade G, Type I or II, SBS-modified asphalt sheet (reinforced with glass fibers); granule surfaced; suitable for application method specified, and as follows:

1. Granule Color: White.

2.5 AUXILIARY ROOFING MATERIALS

A. General: Auxiliary materials recommended by roofing system manufacturer for intended use and compatible with roofing.

B. Asphalt Primer: ASTM D 41/D 41M.

I-89

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING 075216 - 4

C. Cold-Applied Adhesive: Roofing system manufacturer's standard asphalt-based, one- or two-part, asbestos-free, cold-applied adhesive specially formulated for compatibility and use with roofing membrane and base flashings.

D. Fasteners: Factory-coated steel fasteners and metal or plastic plates complying with corrosion-resistance provisions in FM Global 4470, designed for fastening roofing components to substrate; tested by manufacturer for required pullout strength, and acceptable to roofing system manufacturer.

2.6 ROOF INSULATION

A. Polyisocyanurate Board Insulation: ASTM C 1289, Type II, Class 1, Grade 3, felt or glass-fiber

B. Tapered Insulation: Provide factory-tapered insulation boards fabricated to slope of 1/4 inch per 12 inches unless otherwise indicated.

C. Provide preformed saddles, crickets, tapered edge strips, and other insulation shapes where indicated for sloping to drain. Fabricate to slopes indicated.

2.7 INSULATION ACCESSORIES

A. Fasteners: Factory-coated steel fasteners and metal or plastic plates complying with corrosion-resistance provisions in FM Global 4470, designed for fastening roof insulation to substrate, and acceptable to roofing system manufacturer.

B. Insulation Adhesive: Insulation manufacturer's recommended adhesive formulated to attach roof insulation to substrate or to another insulation layer.

C. Insulation Cant Strips: ASTM C 728, perlite insulation board.

PART 3 - EXECUTION

3.1 INSTALLATION, GENERAL

A. Comply with roofing system manufacturer's written instructions.

B. Substrate-Joint Penetrations: Prevent roofing asphalt and adhesives from penetrating substrate joints, entering building, or damaging roofing system components or adjacent building construction.

C. Verify that concrete curing compounds that will impair adhesion of roofing components to roof deck have been removed. Verify that concrete substrate is visibly dry and free of moisture.

3.2 INSULATION INSTALLATION

A. Insulation Cant Strips: Install and secure preformed 45-degree insulation cant strips at junctures of roofing system with vertical surfaces or angle changes greater than 45 degrees.

I-90

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING 075216 - 5

B. Install tapered insulation under area of roofing to conform to slopes indicated.

C. Install insulation under area of roofing to achieve required thickness. Where overall insulation thickness is 2.7 inches or greater, install two or more layers with joints of each succeeding layer staggered from joints of previous layer a minimum of 6 inches in each direction.

1. Where installing composite and noncomposite insulation in two or more layers, install noncomposite board insulation for bottom layer and intermediate layers, if applicable, and install composite board insulation for top layer.

D. Install tapered edge strips at perimeter edges of roof that do not terminate at vertical surfaces.

E. Mechanically Fastened and Adhered Insulation: Install first layer of insulation to deck using mechanical fasteners specifically designed and sized for fastening specified board-type roof insulation to deck type.

1. Fasten first layer of insulation to resist uplift pressure at corners, perimeter, and field of roof.

2. Set each subsequent layer of insulation in insulation adhesive, firmly pressing and maintaining insulation in place.

3.3 ROOFING INSTALLATION

A. Install roofing system according to roofing system manufacturer's written instructions and applicable recommendations in ARMA/NRCA's "Quality Control Guidelines for the Application of Polymer Modified Bitumen Roofing" and as follows:

1. Deck Type: C (concrete or nonnailable). 2. Adhering Method: L (cold-applied adhesive). 3. Base Sheet: One. 4. Number of SBS-Modified Asphalt Sheets: One. 5. Surfacing Type: M (mineral-granule-surfaced cap sheet).

B. Coordinate installation of roofing system so insulation and other components of the roofing system not permanently exposed are not subjected to precipitation or left uncovered at the end of the workday or when rain is forecast.

C. Install lapped base-sheet course, extending sheet over and terminating beyond cants. Attach base sheet as follows:

1. Adhere to substrate in a uniform coating of cold-applied adhesive.

D. Install modified bituminous roofing cap sheet according to roofing manufacturer's written instructions, starting at low point of roofing system. Extend roofing membrane sheets over and terminate beyond cants.

1. Unroll roofing sheets and allow them to relax for minimum time period required by manufacturer.

I-91

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING 075216 - 6

E. Laps: Accurately align roofing sheets, without stretching, and maintain uniform side and end laps. Stagger end laps. Completely bond and seal laps, leaving no voids.

1. Repair tears and voids in laps and lapped seams not completely sealed.

F. Install roofing sheets so side and end laps shed water.

3.4 FLASHING AND STRIPPING INSTALLATION

A. Install base flashing over cant strips and other sloped and vertical surfaces, at roof edges, and at penetrations through roof, and secure to substrates according to roofing system manufacturer's written instructions.

B. Extend base flashing up walls or parapets a minimum of 8 inches above roofing membrane and 4 inches onto field of roofing membrane.

C. Mechanically fasten top of base flashing securely at terminations and perimeter of roofing.

D. Install roofing cap-sheet stripping where metal flanges and edgings are set on roofing according to roofing system manufacturer's written instructions.

END OF SECTION 075216

I-92

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ROOF SPECIALTIES 077100 - 1

SECTION 077100 - ROOF SPECIALTIES

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. Copings. 2. Roof-edge drainage systems.

1.2 ACTION SUBMITTALS

A. Product Data: For each type of product.

B. Samples: For each type of roof specialty and for each color and texture specified.

1.3 INFORMATIONAL SUBMITTALS

A. Product Test Reports: For tests performed by a qualified testing agency.

B. Sample warranty.

1.4 CLOSEOUT SUBMITTALS

A. Maintenance Data: For roofing specialties to include in maintenance manuals.

1.5 QUALITY ASSURANCE

A. Manufacturer Qualifications: A qualified manufacturer offering products meeting requirements that are FM Approvals listed for specified.

1.6 WARRANTY

A. Roofing-System Warranty: Roof specialties are included in warranty provisions in Section 075216 "Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing."

B. Special Warranty on Painted Finishes: Manufacturer agrees to repair finish or replace roof specialties that show evidence of deterioration of factory-applied finishes within specified warranty period.

1. Fluoropolymer Finish: Deterioration includes, but is not limited to, the following:

a. Color fading more than 5 Hunter units when tested according to ASTM D 2244.

I-93

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ROOF SPECIALTIES 077100 - 2

b. Chalking in excess of a No. 8 rating when tested according to ASTM D 4214. c. Cracking, checking, peeling, or failure of paint to adhere to bare metal.

2. Finish Warranty Period: 20 years from date of Final Acceptance.

PART 2 - PRODUCTS

2.1 PERFORMANCE REQUIREMENTS

A. FM Approvals' Listing: Manufacture and install copings that are listed in FM Approvals' "RoofNav" and approved for windstorm classification, Class 1-160. Identify materials with FM Approvals' markings.

B. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes to prevent buckling, opening of joints, hole elongation, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Provide clips that resist rotation and avoid shear stress as a result of thermal movements. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss.

1. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material surfaces.

2.2 COPINGS

A. Metal Copings: Manufactured coping system consisting of metal coping cap in section lengths not exceeding 12 feet, concealed anchorage; with corner units, end cap units, and concealed splice plates with finish matching coping caps.

1. Formed Aluminum Sheet Coping Caps: Aluminum sheet, 0.063 inch thick.

a. Surface: Smooth, flat finish. b. Finish: Two-coat fluoropolymer. c. Color: As selected by Architect.

2. Corners: Factory mitered and mechanically clinched and sealed watertight. 3. Coping-Cap Attachment Method: Snap-on, fabricated from coping-cap material.

a. Snap-on Coping Anchor Plates: Concealed, galvanized-steel sheet, 12 inches wide, with integral cleats.

b. Face-Leg Cleats: Concealed, continuous galvanized-steel sheet.

2.3 ROOF-EDGE DRAINAGE SYSTEMS

A. Parapet Scuppers: Manufactured with closure flange trim to exterior, 4-inch-wide wall flanges to interior, and base extending 4 inches beyond cant or tapered strip into field of roof.

1. Formed Aluminum: 0.032 inch thick.

B. Aluminum Finish: Two-coat fluoropolymer.

I-94

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ROOF SPECIALTIES 077100 - 3

1. Color: Match metal coping.

2.4 MATERIALS

A. Aluminum Sheet: ASTM B 209, alloy as standard with manufacturer for finish required, with temper to suit forming operations and performance required.

2.5 MISCELLANEOUS MATERIALS

A. Fasteners: Manufacturer's recommended fasteners, suitable for application and designed to meet performance requirements. Furnish the following unless otherwise indicated:

1. Fasteners for Aluminum: Aluminum or Series 300 stainless steel.

B. Elastomeric Sealant: ASTM C 920, elastomeric polyurethane polymer sealant of type, grade, class, and use classifications required by roofing-specialty manufacturer for each application.

C. Butyl Sealant: ASTM C 1311, single-component, solvent-release butyl rubber sealant; polyisobutylene plasticized; heavy bodied for hooked-type joints with limited movement.

D. Bituminous Coating: Cold-applied asphalt emulsion complying with ASTM D 1187/D 1187M.

E. Asphalt Roofing Cement: ASTM D 4586, asbestos free, of consistency required for application.

2.6 FINISHES

A. Coil-Coated Aluminum Sheet Finishes:

1. High-Performance Organic Finish: Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions.

a. Two-Coat Fluoropolymer: AAMA 2605. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in color coat.

PART 3 - EXECUTION

3.1 INSTALLATION, GENERAL

A. General: Install roof specialties according to manufacturer's written instructions. Anchor roof specialties securely in place, with provisions for thermal and structural movement. Use fasteners, solder, protective coatings, separators, underlayments, sealants, and other miscellaneous items as required to complete roof-specialty systems.

1. Install roof specialties level, plumb, true to line and elevation; with limited oil-canning and without warping, jogs in alignment, buckling, or tool marks.

2. Provide uniform, neat seams with minimum exposure of solder and sealant.

I-95

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ROOF SPECIALTIES 077100 - 4

3. Install roof specialties to fit substrates and to result in weathertight performance. Verify shapes and dimensions of surfaces to be covered before manufacture.

4. Torch cutting of roof specialties is not permitted. 5. Do not use graphite pencils to mark metal surfaces.

B. Metal Protection: Protect metals against galvanic action by separating dissimilar metals from contact with each other or with corrosive substrates by painting contact surfaces with bituminous coating or by other permanent separation as recommended by manufacturer.

1. Coat concealed side of uncoated aluminum roof specialties with bituminous coating where in contact with wood, ferrous metal, or cementitious construction.

2. Bed flanges in thick coat of asphalt roofing cement where required by manufacturers of roof specialties for waterproof performance.

C. Expansion Provisions: Allow for thermal expansion of exposed roof specialties.

1. Space movement joints at a maximum of 12 feet with no joints within 18 inches of corners or intersections unless otherwise indicated on Drawings.

2. When ambient temperature at time of installation is between 40 and 70 deg F, set joint members for 50 percent movement each way. Adjust setting proportionately for installation at higher ambient temperatures.

D. Fastener Sizes: Use fasteners of sizes that penetrate substrate not less than recommended by fastener manufacturer to achieve maximum pull-out resistance.

E. Seal concealed joints with butyl sealant as required by roofing-specialty manufacturer.

F. Seal joints as required for weathertight construction. Place sealant to be completely concealed in joint. Do not install sealants at temperatures below 40 deg F.

3.2 COPING INSTALLATION

A. Install cleats, anchor plates, and other anchoring and attachment accessories and devices with concealed fasteners.

B. Anchor copings with manufacturer's required devices, fasteners, and fastener spacing to meet performance requirements.

1. Interlock face and back leg drip edges of snap-on coping cap into cleated anchor plates anchored to substrate at manufacturer's required spacing that meets performance requirements.

3.3 ROOF-EDGE SPECIALITIES INSTALLATION

A. Install cleats, cants, and other anchoring and attachment accessories and devices with concealed fasteners.

B. Anchor roof edgings with manufacturer's required devices, fasteners, and fastener spacing to meet performance requirements.

I-96

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ROOF SPECIALTIES 077100 - 5

3.4 ROOF-EDGE DRAINAGE-SYSTEM INSTALLATION

A. General: Install components to produce a complete roof-edge drainage system according to manufacturer's written instructions. Coordinate installation of roof perimeter flashing with installation of roof-edge drainage system.

B. Parapet Scuppers: Install scuppers through parapet where indicated. Continuously support scupper, set to correct elevation, and seal flanges to interior wall face, over cants or tapered edge strips, and under roofing membrane.

3.5 CLEANING AND PROTECTION

A. Remove temporary protective coverings and strippable films as roof specialties are installed.

END OF SECTION 077100

I-97

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

JOINT SEALANTS 079200 - 1

SECTION 079200 - JOINT SEALANTS

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. Nonstaining silicone joint sealants. 2. Mildew-resistant joint sealants. 3. Latex joint sealants.

1.2 ACTION SUBMITTALS

A. Product Data: For each joint-sealant product.

B. Samples: For each kind and color of joint sealant required.

C. Joint-Sealant Schedule: Include the following information:

1. Joint-sealant application, joint location, and designation. 2. Joint-sealant manufacturer and product name. 3. Joint-sealant formulation. 4. Joint-sealant color.

1.3 INFORMATIONAL SUBMITTALS

A. Sample warranties.

1.4 QUALITY ASSURANCE

A. Installer Qualifications: An authorized representative who is trained and approved by manufacturer.

1.5 FIELD CONDITIONS

A. Do not proceed with installation of joint sealants under the following conditions:

1. When ambient and substrate temperature conditions are outside limits permitted by joint-sealant manufacturer or are below 40 deg F.

2. When joint substrates are wet. 3. Where joint widths are less than those allowed by joint-sealant manufacturer for

applications indicated. 4. Where contaminants capable of interfering with adhesion have not yet been removed

from joint substrates.

I-98

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

JOINT SEALANTS 079200 - 2

PART 2 - PRODUCTS

2.1 JOINT SEALANTS, GENERAL

A. Colors of Exposed Joint Sealants: As selected by Design Engineer from manufacturer's full range.

2.2 NONSTAINING SILICONE JOINT SEALANTS

A. Nonstaining Joint Sealants: No staining of substrates when tested according to ASTM C 1248.

B. Silicone, Nonstaining, S, NS, 50, NT: Nonstaining, single-component, nonsag, plus 50 percent and minus 50 percent movement capability, nontraffic-use, neutral-curing silicone joint sealant; ASTM C 920, Type S, Grade NS, Class 50, Use NT.

2.3 MILDEW-RESISTANT JOINT SEALANTS

A. Mildew-Resistant Joint Sealants: Formulated for prolonged exposure to humidity with fungicide to prevent mold and mildew growth.

B. Silicone, Mildew Resistant, Acid Curing, S, NS, 25, NT: Mildew-resistant, single-component, nonsag, plus 25 percent and minus 25 percent movement capability, nontraffic-use, acid-curing silicone joint sealant; ASTM C 920, Type S, Grade NS, Class 25, Use NT.

2.4 LATEX JOINT SEALANTS

A. Acrylic Latex: Siliconized acrylic latex, paintable, ASTM C 834, Type OP, Grade NF.

2.5 JOINT-SEALANT BACKING

A. Cylindrical Sealant Backings: ASTM C 1330, Type C (closed-cell material with a surface skin), Type O (open-cell material), Type B (bicellular material with a surface skin), or any of the preceding types, as approved in writing by joint-sealant manufacturer for joint application indicated, and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance.

B. Bond-Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer.

2.6 MISCELLANEOUS MATERIALS

A. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials.

B. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints.

I-99

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

JOINT SEALANTS 079200 - 3

PART 3 - EXECUTION

3.1 PREPARATION

A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint-sealant manufacturer's written instructions and the following requirements:

1. Remove laitance and form-release agents from concrete. 2. Clean nonporous joint substrate surfaces with chemical cleaners or other means that do

not stain, harm substrates, or leave residues capable of interfering with adhesion.

B. Masking Tape: Use masking tape where required to prevent contact of sealant or primer with adjoining surfaces.

3.2 INSTALLATION OF JOINT SEALANTS

A. General: Comply with ASTM C 1193 and joint-sealant manufacturer's written installation instructions for products and applications indicated, unless more stringent requirements apply.

B. Install sealant backings of kind indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability.

C. Install bond-breaker tape behind sealants where sealant backings are not used between sealants and backs of joints.

D. Install sealants using proven techniques that comply with the following and at the same time backings are installed:

1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow

optimum sealant movement capability.

E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants to form smooth, uniform beads of configuration indicated. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces.

1. Provide concave joint profile per Figure 8A in ASTM C 1193 unless otherwise indicated.

3.3 CLEANING

A. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur.

I-100

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

JOINT SEALANTS 079200 - 4

3.4 PROTECTION

A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Final Acceptance. If, despite such protection, damage or deterioration occurs, cut out, remove, and repair damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from original work.

3.5 JOINT-SEALANT SCHEDULE

A. Joint-Sealant Application: Interior and exterior joints in vertical surfaces and horizontal nontraffic surfaces.

1. Joint Locations:

a. Control and expansion joints in concrete wall. b. Vertical joints on exposed surfaces of concrete walls.

2. Joint Sealant: Silicone, nonstaining, S, NS, 50, NT. 3. Joint-Sealant Color: As selected by Design Engineer from manufacturer's full range of

colors.

B. Joint-Sealant Application: Mildew-resistant interior joints in vertical surfaces and horizontal nontraffic surfaces.

1. Joint Locations:

a. Tile control and expansion joints where indicated.

2. Joint Sealant: Silicone, mildew resistant, acid curing, S, NS, 25, NT. 3. Joint-Sealant Color: As selected by Design Engineer from manufacturer's full range of

colors.

C. Joint-Sealant Application: Interior joints in vertical surfaces and horizontal nontraffic surfaces not subject to significant movement.

1. Joint Locations:

a. Perimeter joints between interior wall surfaces and frames of interior doors and windows.

2. Joint Sealant: Siliconized acrylic latex. 3. Joint-Sealant Color: As selected by Design Engineer from manufacturer's full range of

colors.

END OF SECTION 079200

I-101

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ALUMINUM FLUSH DOORS AND FRAMES 081116 - 1

SECTION 081116 - ALUMINUM FLUSH DOORS AND FRAMES

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes: 1. Aluminum flush doors and door frames 2. Aluminum Framed screen door

B. Product Data: Manufacturer’s descriptive literature for each type door and frame; include the following information:

1. Fabrication methods. 2. Finishing. 3. Hardware preparation. 4. Accessories.

C. Shop Drawings: Include elevations and details of each door and frame type; schedule of doors and frames; location and installation requirements for hardware; thicknesses of materials and joints; and connections and trim.

1.2 ACTION SUBMITTALS

A. Product Data: Manufacturer’s descriptive literature for each type door and frame; include the following information:

1. Fabrication methods. 2. Finishing. 3. Hardware preparation. 4. Accessories.

1.3 QUALITY ASSURANCE

D. Manufacturer’s Qualifications: Company specializing in manufacturing aluminum door and frame systems of the type required for this project with a minimum of ten continuous years of documented experience.

E. Product Qualifications: Wind-load test certification conforming to ASTM E 330 on samples of previous products shall be provided for the type of door to be used.

F. Installer’s Qualifications: Workmen skilled in handling aluminum door and frame systems of the type required for this project.

I-102

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ALUMINUM FLUSH DOORS AND FRAMES 081116 - 2

1.4 PROJECT CONDITIONS

G. Field Measurements: Take field measurements of areas to receive aluminum frames; note discrepancies on submitted shop drawings.

1.5 DELIVERY, STORAGE AND HANDLING

H. Deliver doors and frames palleted, wrapped, or individual crated. Doors shall be side protected with surrounding grooved 2-inch by 4-inch wood frame and covered with 275-pound test corrugated cardboard.

I. Inspect delivered doors and frames for damage; unload and store with minimum handling. Repair minor damage if refinished items are equal in all respects to new work; otherwise, remove damaged items and replace with new.

J. Store products of this section under cover in manufacturer’s unopened packaging until installation.

1. Place units on minimum 4-inch wood blocking. 2. Avoid non-vented plastic or canvas covers. 3. Remove packaging immediately if packaging becomes wet. 4. Provide 0.25-inch air spaces between stacked doors.

1.2 WARRANTY

A. Manufacturer's Warranty: Ten year warranty against defects in workmanship and materials, including warping, rotting, decaying, or bowing.

PART 2 - PRODUCTS

2.1 PERFORMANCE REQUIREMENTS

A. Structural Test Unit: Minimum size of 3-feet by 7-feet with 24-inch by 34-inch vision light shall be evaluated compliant with ASTM E 330 testing method.

B. Test Procedures and Performances:

1. With door closed and locked, test unit in accordance with ASTM E 330 at static air pressure difference of 80.0 pounds per square foot positive pressure and 80.0 pounds per square foot negative pressure with 155 miles per hour wind load.

2. At conclusion of test, there shall be no glass breakage, permanent damage to fasteners, hardware parts, support arms or actuating mechanism, nor any other damage that would cause the door to be inoperable.

C. Windborne-Debris Impact Resistance: Pass missile-impact and cyclic-pressure tests when tested according to ASTM E 1886 and testing information in ASTM E 1996 for Wind Zone 4.

1. Large-Missile Test: For openings located within 30 feet of grade.

I-103

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ALUMINUM FLUSH DOORS AND FRAMES 081116 - 3

2.2 COMPONENTS

A. Aluminum Members: Alloy and temper recommended by manufacturer for strength, corrosion resistance, and application of required finish.

B. Aluminum Door Components: Minimum 5-ply composite laminated construction to include:

1. Facing: One-piece 0.040-inch smooth 5005-H14 stretcher-leveled aluminum alloy. 2. Substrate: One-piece oil-tempered hardboard backer. 3. Core: Organic materials shall be used to form a marine-grade honeycomb core with high

compression strength of 94.8 psi (ASTM C 365) and internal aluminum hardware backup tube.

4. Hardware Backup: Contiguous for the full perimeter of the door to allow for all specified and non-specified hardware reinforcement.

5. Hardware Preparation: Basic to include mortise lock edge prep; and pairs prepped for flush bolts.

6. Bonding Agent: Environmentally-friendly adhesive with minimum strength buildup of 350 pounds per square inch.

7. Replaceable Door Trim: Mechanically fastened to the hardware backup tube, allowing for replacement in the field if damaged.

8. Trim Finish: To have a minimum of a Class I anodized finish. 9. Weather stripping: Replaceable wool pile with nylon fabric, polypropylene backing

meeting AAMA 701 standards. Applied weather stripping is not acceptable. 10. Materials: Only nonferrous, non-rusting members shall be acceptable, including tie rods,

screws, and reinforcement plates.

C. Exterior Aluminum Frames:

1. Frame Components: Extruded channel 6063-T5 aluminum alloy, minimum wall thickness of 0.125-inch; cut corners square and joinery shall be mechanical with no exposed fasteners.

2. Profile: Open back with applied stop (OBS). 3. Hinge and Strike Mounting Plates: Extruded aluminum alloy bar stock, mounted in a

concealed integral channel with no exposed fasteners. 4. Replaceable Weather stripping: AAMA 701, wool pile with nylon fabric, polypropylene

backing, at head and jambs. 5. Door Stop: No screw-on stops are acceptable.

D. Interior Aluminum Frames:

1. Frame Components: Extruded channel 6063-T5 aluminum alloy or alloy and temper required to suit structural and finish requirements, minimum wall thickness of 0.062-inch; cut corners square and joinery shall be mechanical with no exposed fasteners.

2. Throat Size: 7-1/4-inch. 3. Profile: 1-1/2-inch.

E. Screen Door: 1. Tubular stile and rail door with the stile and rail tubes – 4” high 2. Top and bottom joined to hinge and lock stiles with steel tie rods and mechanically

fastened extruded aluminum twist plates 3. Extruded aluminum mid-rail tube - 5” high, at standard lock height

I-104

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ALUMINUM FLUSH DOORS AND FRAMES 081116 - 4

4. Bottom kick-panel – double stacked extruded aluminum tubes – 10” high 5. Exposed fasteners shall be 18-8 stainless steel 6. Exposed aluminum extrusion shall be extruded aluminum alloy 7. Nominal door sizes provided 8. Screen shall be 18x16 mesh diameter aluminum insect screening set in a 0.050 extruded

aluminum screen frame

2.3 DOOR HARDWARE

A. General: Provide door hardware as specified in Section 087100 "Door Hardware."

2.4 FINISH

A. Color Anodic Finish: AAMA 611, AA-M12C22A42/A44, Class I, 0.018 mm or thicker.

1. Color: As denoted on Drawings.

2.5 FABRICATION

A. General: Aluminum flush door construction: Of type, size, and design indicated:

1. Minimum Thickness: 1-3/4-inch, 5-ply composite laminate system. 2. Door Size: Sizes shown are nominal; provide standard clearances as follows:

a. Hinge and Lock Stiles: 0.125-inch. b. Between Meeting Stiles: 0.25-inch. c. At Top Rails: 0.125-inch. d. Between Door Bottom and Threshold: 0.125-inch.

2.6 ACCESSORIES

A. Fasteners: Aluminum, non-magnetic stainless steel or other material warranted by manufacturer as non-corrosive and compatible with aluminum components.

1. Do not use exposed fasteners.

B. Brackets and Reinforcements: Manufacturer’s high-strength aluminum units where feasible; otherwise, nonferrous stainless steel.

C. Bituminous Coating: Cold-applied asphaltic mastic, compounded for 30-mil minimum thickness per coat.

I-105

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ALUMINUM FLUSH DOORS AND FRAMES 081116 - 5

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify that wall surfaces and openings are ready to receive frames and are within tolerances specified in manufacturer’s instructions.

B. Verify that frames installed by other trades for installation of doors of this section are in strict accordance with recommendations and approved shop drawings and within tolerances specified in manufacturer’s instructions.

3.2 PREPARATION

A. Perform cutting, fitting, forming, drilling, and grinding of frames as required for project conditions; do not damage sight-exposed finishes.

B. Separate dissimilar metals to prevent electrolytic action between metals.

3.3 INSTALLATION

A. Install doors and frames in accordance with manufacturer’s instructions and approved shop drawings; set frames plumb, square, level, and aligned to receive doors.

B. Anchor frames to adjacent construction in strict accordance with recommendations and approved shop drawings and within tolerances specified in manufacturer’s instructions.

1. Seal metal-to-metal joints between framing members using good quality elastomeric sealant.

C. Where aluminum surfaces contact with metals other than stainless steel, zinc, or small areas of white bronze, protect from direct contact by one or more of the following:

1. Paint dissimilar metal with one coat of heavy-bodied bituminous paint. 2. Apply good elastomeric sealant between aluminum and dissimilar metal. 3. Paint dissimilar metal with one coat of primer and one coat of paint recommended for

aluminum surface applications.

D. Hang doors with required clearances as follows:

1. Hinge and Lock Stiles: 0.125-inch. 2. Between Meeting Stiles: 0.250-inch. 3. At Top Rails: 0.125-inch. 4. Between Door and Threshold: 0.125-inch.

3.4 CLEANING

A. Upon completion of installation, thoroughly clean door and frame surfaces in accordance with AAMA 609.

I-106

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ALUMINUM FLUSH DOORS AND FRAMES 081116 - 6

B. Do not use abrasive, caustic, or acid cleaning agents.

3.5 PROTECTION

A. Protect products of this section from damage caused by subsequent construction until Final Acceptance.

B. Repair damaged or defective products to original specified condition in accordance with manufacturer’s recommendations.

C. Replace damaged or defective products that cannot be repaired to Design Engineer’s acceptance.

END OF SECTION 081116

I-107

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ALUMINUM WINDOWS 085113 - 1

SECTION 085113 - ALUMINUM WINDOWS

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes aluminum windows for the operator’s house.

1.2 ACTION SUBMITTALS

A. Product Data: For each type of product.

B. Shop Drawings: Include plans, elevations, sections, hardware, accessories, insect screens, operational clearances, and details of installation, including anchor, flashing, and sealant installation.

1.3 INFORMATIONAL SUBMITTALS

A. Product test reports.

B. Sample warranties.

1.4 WARRANTY

A. Manufacturer's Warranty: Manufacturer agrees to repair or replace aluminum windows that fail in materials or workmanship within specified warranty period.

1. Warranty Period:

a. Window: 10 years from date of Final Acceptance. b. Glazing Units: Five years from date of Final Acceptance. c. Aluminum Finish: 20 years from date of Final Acceptance.

PART 2 - PRODUCTS

2.1 WINDOW PERFORMANCE REQUIREMENTS

A. Product Standard: Comply with AAMA/WDMA/CSA 101/I.S.2/A440 for definitions and minimum standards of performance, materials, components, accessories, and fabrication unless more stringent requirements are indicated.

1. Window Certification: AAMA certified with label attached to each window.

B. Performance Class and Grade: AAMA/WDMA/CSA 101/I.S.2/A440 as follows:

I-108

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ALUMINUM WINDOWS 085113 - 2

1. Minimum Performance Class: AW. 2. Minimum Performance Grade: 65.

C. Thermal Transmittance: NFRC 100 maximum whole-window U-factor of 0.49 Btu/sq. ft. x h x deg F.

D. Solar Heat-Gain Coefficient (SHGC): NFRC 200 maximum whole-window SHGC of 0.27.

E. Condensation-Resistance Factor (CRF): Provide aluminum windows tested for thermal performance according to AAMA 1503, showing a CRF of 54.

F. Thermal Movements: Provide aluminum windows, including anchorage, that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss.

1. Temperature Change: 120 deg F ambient; 180 deg F material surfaces.

2.2 ALUMINUM WINDOWS

A. Operating Types: Single Hung.

B. Frames and Sashes: Aluminum extrusions complying with AAMA/WDMA/CSA 101/I.S.2/A440.

1. Thermally Improved Construction: Fabricate frames, sashes, and muntins with an integral, concealed, low-conductance thermal barrier located between exterior materials and window members exposed on interior side in a manner that eliminates direct metal-to-metal contact.

C. Windborne-Debris-Impact-Resistant Laminated Glass: ASTM C 1172 with two plies of float glass, large missile impact rated.

1. Float Glass: impact resistant, designed to withstand 140 mph wind load and as per local IBC Code requirements (adhering to most stringent requirements of the two)

2. Inner Ply: Clear. 3. Interlayer: 0.090 inch. 4. Outer Ply: Bronze. 5. Low-E Coating: Pyrolytic on second surface.

D. Glazing System: Manufacturer's standard factory-glazing system that produces weathertight seal.

E. Hardware, General: Provide manufacturer's stainless steel hardware sized to accommodate sash weight and dimensions.

1. Exposed Hardware Color and Finish: As indicated by manufacturer's designations.

F. Hung Window Hardware: 1. Locks and Latches: Operated from the inside only.

I-109

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ALUMINUM WINDOWS 085113 - 3

G. Weather Stripping: Provide full-perimeter weather stripping for each operable sash unless otherwise indicated.

H. Fasteners: Noncorrosive and compatible with window members, trim, hardware, anchors, and other components.

1. Exposed Fasteners: Do not use exposed fasteners to greatest extent possible. For application of hardware, use fasteners that match finish hardware being fastened.

2.3 ACCESSORIES

A. Column Covers: Extruded-aluminum profiles in sizes and configurations indicated on Drawings.

B. Receptor System: Two-piece, snap-together, thermally broken, extruded-aluminum receptor system that anchors windows in place.

2.4 INSECT SCREENS

A. General: Fabricate insect screens to integrate with window frame. Provide screen for each operable exterior sash. Screen wickets are not permitted.

1. Type and Location: Half, outside for single-hung sashes.

B. Aluminum Frames: Manufacturer's standard aluminum alloy complying with SMA 1004 or SMA 1201. Fabricate frames with mitered or coped joints or corner extrusions, concealed fasteners, and removable PVC spline/anchor concealing edge of frame.

1. Tubular Framing Sections and Cross Braces: Roll formed from aluminum sheet.

A. Aluminum Wire Fabric: 18-by-16 mesh of 0.011-inch-diameter, coated aluminum wire.

1. Wire-Fabric Finish: Black.

2.5 FABRICATION

A. Fabricate aluminum windows in sizes indicated. Include a complete system for assembling components and anchoring windows.

B. Glaze aluminum windows in the factory.

C. Weather strip each operable sash to provide weathertight installation.

D. Weep Holes: Provide weep holes and internal passages to conduct infiltrating water to exterior.

E. Provide water-shed members above side-hinged sashes and similar lines of natural water penetration.

I-110

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ALUMINUM WINDOWS 085113 - 4

F. Mullions: Provide mullions and cover plates, matching window units, complete with anchors for support to structure and installation of window units. Allow for erection tolerances and provide for movement of window units due to thermal expansion and building deflections. Provide mullions and cover plates capable of withstanding design wind loads of window units.

G. Complete fabrication, assembly, finishing, hardware application, and other work in the factory to greatest extent possible. Disassemble components only as necessary for shipment and installation.

2.6 ALUMINUM FINISHES

A. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes.

B. High-Performance Organic Finish (Two-Coat Fluoropolymer): AA-C12C40R1x (Chemical Finish: cleaned with inhibited chemicals; Chemical Finish: conversion coating; Organic Coating: manufacturer's standard two-coat, thermocured system consisting of specially formulated inhibitive primer and fluoropolymer color topcoat containing not less than 70 percent polyvinylidene fluoride resin by weight). Prepare, pretreat, and apply coating to exposed metal surfaces to comply with AAMA 2605 and with coating and resin manufacturers' written instructions.

1. Color and Gloss: As indicated on Drawings.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Comply with manufacturer's written instructions for installing windows, hardware, accessories, and other components. For installation procedures and requirements not addressed in manufacturer's written instructions, comply with installation requirements in ASTM E 2112.

B. Install windows level, plumb, square, true to line, without distortion or impeding thermal movement, anchored securely in place to structural support, and in proper relation to wall flashing and other adjacent construction to produce weathertight construction.

C. Install windows and components to drain condensation, water penetrating joints, and moisture migrating within windows to the exterior.

D. Separate aluminum and other corrodible surfaces from sources of corrosion or electrolytic action at points of contact with other materials.

E. Adjust operating sashes and hardware for a tight fit at contact points and weather stripping for smooth operation and weathertight closure.

F. Clean exposed surfaces immediately after installing windows. Avoid damaging protective coatings and finishes. Remove excess sealants, glazing materials, dirt, and other substances.

I-111

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ALUMINUM WINDOWS 085113 - 5

G. Remove and replace glass that has been broken, chipped, cracked, abraded, or damaged during construction period.

END OF SECTION 085113

I-112

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

DOOR HARDWARE 087100 - 1

SECTION 087100 - DOOR HARDWARE

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes:

1. Commercial door hardware for the following:

a. All swinging doors

2. Cylinders for door hardware specified in other Sections.

B. Products furnished, but not installed, under this Section include the products listed below. Coordinating and scheduling the purchase and delivery of these products remain requirements of this Section.

1.2 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

B. Other Action Submittals:

1. Door Hardware Schedule: Prepared by or under the supervision of Installer, detailing fabrication and assembly of door hardware, as well as installation procedures and diagrams. Coordinate final door hardware schedule with doors, frames, and related work to ensure proper size, thickness, hand, function, and finish of door hardware.

a. Format: Use same scheduling sequence and format as in the Contract Documents. b. Content: Include the following information:

1) Identification number, location, hand, fire rating, size, and material of each door and frame.

2) Locations of each door hardware set, cross-referenced to Drawings on floor plans and to door and frame schedule.

3) Complete designations, including name and manufacturer, type, style, function, size, quantity, function, and finish of each door hardware product.

2. Keying Schedule: Prepared by or under the supervision of Installer, detailing the Department's final keying instructions for locks. Coordinate keying requirements and instructions with the Project Engineer and District.

1.3 QUALITY ASSURANCE

A. Installer Qualifications: Supplier of products and an employer of workers trained and approved by product manufacturers.

I-113

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

DOOR HARDWARE 087100 - 2

B. Means of Egress Doors: Latches do not require more than 15 lbf to release the latch. Locks do not require use of a key, tool, or special knowledge for operation.

1.4 DELIVERY, STORAGE, AND HANDLING

A. Deliver keys to the Department via the Project Engineer at the site.

1.5 WARRANTY

A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of door hardware that fail in materials or workmanship within specified warranty period.

1. Manual Closers Warranty Period: 10 years from date of Final Acceptance.

PART 2 - PRODUCTS

2.1 PERFORMANCE REQUIREMENTS

A. Means of Egress Doors: Latches do not require more than 15 lbf to release the latch. Locks do not require use of a key, tool, or special knowledge for operation.

2.2 SCHEDULED DOOR HARDWARE

A. Provide door hardware for each door as scheduled below to comply with requirements in this Section.

1. Door Hardware Sets: Provide quantity, item, size, finish or color indicated, and products equivalent in function and comparable in quality to named products.

B. Designations: Requirements for design, grade, function, finish, size, and other distinctive qualities of each type of door hardware are indicated in Part 3 "Door Hardware Schedule" Article. Products are identified by using door hardware designations.

C. Provide non-magnetic stainless steel fasteners in contact with aluminum surfaces.

2.3 HINGES

A. Hinges: BHMA A156.1. Provide template-produced hinges for hinges installed on aluminum doors and frames with heavy weight ball bearings.

1. Base Material: Stainless steel with stainless steel pin. 2. Finish: BHMA A156.18; 630 (US32D)

I-114

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

DOOR HARDWARE 087100 - 3

2.4 MECHANICAL LOCKS AND LATCHES

A. Strikes: Provide manufacturer's standard strike for each lock bolt or latchbolt complying with requirements indicated for applicable lock or latch and with strike box and curved lip extended to protect frame; finished to match lock or latch.

1. Flat-Lip Strikes: For locks with three-piece antifriction latchbolts, as recommended by manufacturer.

B. Mortise Locks: BHMA A156.13; Operational Grade 1; heavy gage wrought steel zinc dichromated cases; Series 1000. With each lock set, provide the following:

1. Heavy-wrought stainless steel escutcheon. 2. Cast stainless steel lever; submit to Bridge Engineer manufacturer’s full range of lever

trims for selection. 3. Trim Finish: BHMA A156.18; 630 (US32D).

2.5 EXIT DEVICES AND AUXILIARY ITEMS

A. Exit Devices and Auxiliary Items: Surface vertical rod, BHMA A156.3 Type 2, Grade 1. Provide with mortise lock device.

1. Base Material: Stainless steel. 2. Trim: Escutcheon and lever selected from manufacturer’s full range of trims. 3. Finish: BHMA A156.18; 630 (US32D)

2.6 LOCK CYLINDERS

A. Lock Cylinders: Tumbler type, constructed from stainless steel.

1. Manufacturer: Same manufacturer as for locking devices. 2. Finish: BHMA A156.18; 630 (US32D)

B. Construction Master Keys: Provide cylinders with feature that permits voiding of construction keys without cylinder removal. Provide 12 construction master keys.

2.7 KEYING

A. Keying System: Factory registered, complying with guidelines in BHMA A156.28, Appendix A. Incorporate decisions made in keying conference.

1. No Master Key System: Only change keys operate cylinder.

2. Keyed Alike: Key all cylinders to same change key.

B. Keys: Nickel silver.

1. Quantity: Provide twelve (12) copies of the change key to the Project Engineer.

I-115

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

DOOR HARDWARE 087100 - 4

2.8 SURFACE CLOSERS

A. Surface Closers: BHMA A156.4, Grade 1; special corrosion-resistant closer with cast all-aluminum body and bronze closer arm bushing, stainless steel pinion shaft, rack-and-pinion hydraulic type with adjustable sweep and latch speeds controlled by key-operated valves and forged stainless steel parallel main arm. Comply with manufacturer's written recommendations for size of door closers depending on size of door, exposure to weather, and anticipated frequency of use. Provide factory-sized closers, adjustable to meet field conditions and requirements for opening force.

1. Molded plastic cover; painted to withstand 100 hour salt spray. 2. Stainless steel fasteners.

2.9 THRESHOLDS

A. Thresholds: BHMA A156.21; fabricated to full width of opening indicated.

2.10 FABRICATION

A. Fasteners: Provide door hardware manufactured to comply with published templates prepared for machine, wood, and sheet metal screws. Provide screws that comply with commercially recognized industry standards for application intended, except aluminum fasteners are not permitted. Provide Phillips flat-head screws with finished heads to match surface of door hardware, unless otherwise indicated.

1. Concealed Fasteners: For door hardware units that are exposed when door is closed, except for units already specified with concealed fasteners. Do not use through bolts for installation where bolt head or nut on opposite face is exposed unless it is the only means of securely attaching the door hardware. Where through bolts are used on hollow door and frame construction, provide sleeves for each through bolt.

2. Spacers or Sex Bolts: For through bolting of hollow-metal doors. 3. Fasteners for Wood Doors: Comply with requirements in DHI WDHS.2, "Recommended

Fasteners for Wood Doors." 4. Gasketing Fasteners: Provide noncorrosive fasteners for exterior applications and

elsewhere as indicated.

2.11 FINISHES

A. Provide finishes complying with BHMA A156.18 as indicated in each subsection and door hardware schedule.

B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping.

I-116

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

DOOR HARDWARE 087100 - 5

PART 3 - EXECUTION

3.1 INSTALLATION

A. Metal Doors and Frames: For surface applied door hardware, drill and tap doors and frames according to ANSI/SDI A250.6.

B. Mounting Heights: Mount door hardware units at heights to comply with the following unless otherwise indicated or required to comply with governing regulations. 1. Metal Doors and Frames: ANSI/SDI A250.8.

C. Install each door hardware item to comply with manufacturer's written instructions. Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing work. Do not install surface-mounted items until finishes have been completed on substrates involved. 1. Set units level, plumb, and true to line and location. Adjust and reinforce attachment

substrates as necessary for proper installation and operation. 2. Drill and countersink units that are not factory prepared for anchorage fasteners. Space

fasteners and anchors according to industry standards.

D. Hinges: Install types and in quantities indicated in door hardware schedule but not fewer than the number recommended by manufacturer for application indicated or one hinge for every 30 inches of door height, whichever is more stringent, unless other equivalent means of support for door, such as spring hinges or pivots, are provided.

E. Lock Cylinders: Install construction cores to secure building and areas during construction period.

F. Thresholds: Set thresholds for exterior doors and other doors indicated in full bed of sealant complying with requirements specified in Section 079200 "Joint Sealants."

G. Stops: Provide floor stops for doors unless wall or other type stops are indicated in door hardware schedule. Do not mount floor stops where they will impede traffic.

H. Perimeter Gasketing: Apply to head and jamb, forming seal between door and frame.

I. Door Bottoms: Apply to bottom of door, forming seal with threshold when door is closed.

J. Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements.

I-117

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

DOOR HARDWARE 087100 - 6

3.2 DOOR HARDWARE SCHEDULE

A. Set #01: Exterior Entry Door D1

3 Hinges 630 1 Mortise Set 630 1 Threshold MIL 1 Door Sweep DBA 1 Set Weatherstrip MIL 1 Closer – Parallel Arm 689

B. Set #02: Exterior Screen Door D2

3 Hinges 630 1 Mortise Set 630 1 Threshold MIL 1 Door Sweep DBA 1 Set Weatherstrip MIL

Legend: DBA = Dark Bronze Anodized, MIL = Mill Finish Aluminum

END OF SECTION 087100

I-118

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

CERAMIC TILING 093013 - 1I-119

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

CERAMIC TILING 093013 - 2

1.5 FIELD CONDITIONS

A. Environmental Limitations: Do not install tile until construction in spaces is complete and ambient temperature and humidity conditions are maintained at levels indicated in referenced standards and manufacturer's written instructions.

PART 2 - PRODUCTS

2.1 PRODUCTS, GENERAL

A. ANSI Ceramic Tile Standard: Provide Standard-grade tile that complies with ANSI A137.1 for types, compositions, and other characteristics indicated.

B. ANSI Standards for Tile Installation Materials: Provide materials complying with ANSI A108.02, ANSI standards referenced in other Part 2 articles, ANSI standards referenced by TCNA installation methods specified in tile installation schedules, and other requirements specified.

2.2 TILE PRODUCTS

A. Ceramic Tile Type (CT-1): Unglazed porcelain floor tile.

1. Certification: Tile certified by the Porcelain Tile Certification Agency. 2. Face Size: 24 by 24 inches. 3. Face Size Variation: Rectified. 4. Thickness: 3/8 inch. 5. Face: Plain with square edges. 6. Dynamic Coefficient of Friction: Not less than 0.42. 7. Tile Color and Pattern: As indicated on Drawings. 8. Grout Color: As selected by Design Engineer from manufacturer's full range.

B. Coordinating Ceramic Tile Base

1. Certification: Tile certified by the Porcelain Tile Certification Agency. 2. Face Size: as selected from manufacturer’s standard coordinating base trim options 3. Face Size Variation: Rectified. 4. Thickness: 3/8 inch. 5. Face: Plain with Bull-nosed top edge, as well as inside and outside trim pieces with

exposed edges bull-nosed 6. Dynamic Coefficient of Friction: Not less than 0.42. 7. Tile Color and Pattern: Manufacturer’s coordinating base and corner trim 8. Grout Color: As selected by Design Engineer from manufacturer's full rang

2.3 SETTING MATERIALS

A. Portland Cement Mortar (Thickset) Installation Materials: ANSI A108.02.

I-120

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

CERAMIC TILING 093013 - 3

B. Dry-Set Portland Cement Mortar (Thinset): ANSI A118.1.

1. For wall applications, provide nonsagging mortar.

2.4 GROUT MATERIALS

A. High-Performance Tile Grout: ANSI A118.7.

2.5 MISCELLANEOUS MATERIALS

A. Trowelable Underlayments and Patching Compounds: Latex-modified, portland cement-based formulation provided or approved by manufacturer of tile-setting materials for installations indicated.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine substrates, areas, and conditions where tile will be installed, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work.

1. Verify that substrates for setting tile are firm; dry; clean; free of coatings that are incompatible with tile-setting materials, including curing compounds and other substances that contain soap, wax, oil, or silicone; and comply with flatness tolerances required by ANSI A108.01 for installations indicated.

2. Verify that concrete substrates for tile floors installed with bonded mortar bed or thinset mortar comply with surface finish requirements in ANSI A108.01 for installations indicated.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 PREPARATION

A. Fill cracks, holes, and depressions in concrete substrates for tile floors installed with thinset mortar with trowelable leveling and patching compound specifically recommended by tile-setting material manufacturer.

B. Blending: For tile exhibiting color variations, verify that tile has been factory blended and packaged so tile units taken from one package show same range of colors as those taken from other packages and match approved Samples. If not factory blended, either return to manufacturer or blend tiles at Project site before installing.

3.3 CERAMIC TILE INSTALLATION

A. Comply with TCNA's "Handbook for Ceramic, Glass, and Stone Tile Installation" for TCNA installation methods specified in tile installation schedules. Comply with parts of the

I-121

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

CERAMIC TILING 093013 - 4

ANSI A108 series "Specifications for Installation of Ceramic Tile" that are referenced in TCNA installation methods, specified in tile installation schedules, and apply to types of setting and grouting materials used.

1. For the following installations, follow procedures in the ANSI A108 series of tile installation standards for providing 95 percent mortar coverage:

a. Tile floors consisting of tiles 8 by 8 inches or larger.

B. Extend tile work into recesses and under or behind equipment and fixtures to form complete covering without interruptions unless otherwise indicated. Terminate work neatly at obstructions, edges, and corners without disrupting pattern or joint alignments.

C. Accurately form intersections and returns. Perform cutting and drilling of tile without marring visible surfaces. Carefully grind cut edges of tile abutting trim, finish, or built-in items for straight aligned joints. Fit tile closely to electrical outlets, piping, fixtures, and other penetrations so plates, collars, or covers overlap tile.

D. Provide manufacturer's standard trim shapes where necessary to eliminate exposed tile edges.

E. Jointing Pattern: Lay tile in grid pattern unless otherwise indicated. Lay out tile work and center tile fields in both directions in each space or on each wall area. Lay out tile work to minimize the use of pieces that are less than half of a tile. Provide uniform joint widths unless otherwise indicated.

F. Joint Widths: Unless otherwise indicated, install tile with the following joint widths:

1. Glazed Wall Tile: 1/4 inch. 2. Porcelain Tile: 1/4 inch.

G. Lay out tile wainscots to dimensions indicated or to next full tile beyond dimensions indicated.

H. Install panels and treat joints according to ANSI A108.11 and manufacturer's written instructions for type of application indicated.

3.4 INTERIOR CERAMIC TILE INSTALLATION SCHEDULE

A. Interior Floor Installations, Concrete Subfloor:

1. Ceramic Tile Installation: TCNA F111 and ANSI A108.1C; cement mortar bed (thickset) with cleavage membrane.

a. Ceramic Tile Type: CT-1. b. Bond Coat for Cured-Bed Method: Dry-set portland cement mortar. c. Grout: High-performance sanded grout.

END OF SECTION 093013

I-122

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

HIGH-PERFORMANCE COATINGS 099600 - 1

SECTION 099600 - HIGH-PERFORMANCE COATINGS

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes surface preparation and application of high-performance coating systems on the following substrates:

1. Exterior Substrates:

a. Aluminum (not anodized or otherwise coated).

2. Interior Substrates:

a. ¾” Cement Plaster

1.2 DEFINITIONS

A. Gloss Level 3: 10 to 25 units at 60 degrees and between 10 to 35 units at 85 degrees, according to ASTM D 523.

1.3 ACTION SUBMITTALS

A. Product Data: For each type of product indicated. Include preparation requirements and application instructions.

B. Product List: For each product indicated, include printout of current "MPI Approved Products List" for each product category specified in Part 2, with the proposed product highlighted.

PART 2 - PRODUCTS

2.1 HIGH-PERFORMANCE COATINGS, GENERAL

A. MPI Standards: Provide products that comply with MPI standards indicated and are listed in "MPI Approved Products List."

B. Material Compatibility:

1. Provide materials for use within each coating system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience.

2. For each coat in a coating system, provide products recommended in writing by manufacturers of topcoat for use in coating system and on substrate indicated.

3. Provide products of same manufacturer for each coat in a coating system.

I-123

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

HIGH-PERFORMANCE COATINGS 099600 - 2

C. Colors: As indicated on Drawings.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work.

1. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows:

a. Gypsum/Cement Board: 12 percent.

B. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers.

C. Proceed with coating application only after unsatisfactory conditions have been corrected.

1. Beginning coating application constitutes Contractor's acceptance of substrates and conditions.

3.2 PREPARATION

A. Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual" applicable to substrates indicated.

B. Clean substrates of substances that could impair bond of coatings, including dust, dirt, oil, grease, and incompatible paints and encapsulants.

1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce coating systems indicated.

C. Aluminum Substrates: Remove loose surface oxidation.

3.3 APPLICATION

A. Apply high-performance coatings according to manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual."

1. Use applicators and techniques suited for coating and substrate indicated.

B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of the same material are to be applied. Tint undercoats to match color of finish coat, but provide sufficient difference in shade of undercoats to distinguish each separate coat.

C. If undercoats or other conditions show through final coat, apply additional coats until cured film has a uniform coating finish, color, and appearance.

I-124

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

HIGH-PERFORMANCE COATINGS 099600 - 3

D. Apply coatings to produce surface films without cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections. Produce sharp glass lines and color breaks.

3.4 CLEANING AND PROTECTION

A. Protect work of other trades against damage from coating operation. Correct damage by cleaning, repairing, replacing, and recoating, as approved by Design Engineer, and leave in an undamaged condition.

B. At completion of construction activities of other trades, touch up and restore damaged or defaced coated surfaces.

3.5 EXTERIOR HIGH-PERFORMANCE COATING SCHEDULE

A. Aluminum (Not Anodized or Otherwise Coated) Substrates:

1. Epoxy System MPI EXT 5.4E:

a. Prime Coat: Primer, vinyl wash, MPI #80. b. Intermediate Coat: Epoxy, matching topcoat. c. Topcoat: Epoxy, gloss, MPI #77.

3.6 INTERIOR HIGH-PERFORMANCE COATING SCHEDULE

A. Cement Plaster

1. High Performance Architectural Latex Coating System:

a. Prime Coat: Primer sealer, latex, interior, MPI #50. b. Intermediate Coat: High-performance architectural latex matching topcoat. c. Topcoat: High-performance architectural latex (100% acrylic), eggshell finish,

MPI #139, Gloss Level 3.

END OF SECTION 099600

I-125

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ELASTOMERIC COATINGS – HAE16201 09963 - 1

SECTION 09963 - ELASTOMERIC COATINGS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY A. This Section includes surface preparation and application of elastomeric coatings to the

following exposed surfaces scheduled. a. Interior concrete ceiling and plaster walls

1.3 PERFORMANCE REQUIREMENTS

A. Provide elastomeric coating systems with the following properties as determined by the test methods indicated:

1. Elongation at Break: Not less than 280 percent at 77 deg F (25 deg C) and not less than 50 percent at 0 deg F (minus 18 deg C) according to ASTM D 412.

2. Low-Temperature Flexibility: Passes a 1/8-inch (3-mm), 180-degree mandrel bend at minus 15 deg F (minus 26 deg C) at 20-mil (0.5-mm) dry film thickness according to ASTM C 711.

3. Water-Vapor Transmission: Not less than 2.0 perms (115 ng/Pa x s x sq. m) according to ASTM E 96.

4. Wind-Driven Rain Resistance: No water penetration according to procedures in FS TT-C-555.

5. Minimum Solids Content by Volume: Not less than 45 percent.

1.4 SUBMITTALS

A. Product Data: For each elastomeric coating system specified. Include block fillers and primers.

1. Material List: An inclusive list of each required coating material. Indicate each material and cross-reference the specific coating, finish system, and application. Identify each material by manufacturer's catalog number and general classification.

2. Manufacturer's Information: Manufacturer's technical information and instructions for handling, storing, and applying each coating material proposed for use.

3. Certification by elastomeric coating manufacturer that products supplied comply with local regulations controlling use of VOCs.

B. Samples for Initial Color Selection: Manufacturer's color charts showing the full range of colors available for each type of finish-coat material indicated.

I-126

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ELASTOMERIC COATINGS – HAE16201 09963 - 2

1. After color selection, the Architect will return color chips indicating colors selected for surfaces to be coated.

C. Samples for Verification: Of each color and material to be applied, with texture to simulate actual conditions, on representative samples of actual substrate.

1. Provide stepped samples, defining each separate coat, including block fillers and primers. Use representative colors when preparing samples for review. Resubmit until required sheen, color, and texture are achieved.

2. Provide a list of materials and applications for each coat of each sample. Label each sample for location and application.

3. Submit samples on the following substrates for the Architect's review of color and texture only: a. Concrete Masonry: Two 8-inch (200-mm) square samples of concrete masonry,

with mortar joint in the center, for each color and texture.

D. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified.

E. Product Test Reports: From a qualified independent testing and inspecting agency indicating compliance of elastomeric coatings with requirements based on comprehensive testing within the last 2 years of current product formulations.

F. Material Certificates: In lieu of agency test reports, when permitted by the Architect, certificates signed by manufacturers certifying that each material complies with requirements specified.

1.5 QUALITY ASSURANCE

A. Applicator Qualifications: Engage an experienced applicator who has completed coating system applications similar in material and extent to those indicated for this Project with a record of successful in-service performance.

B. Source Limitations: Obtain block fillers, primers, and other undercoat materials from the same manufacturer as the finish coats.

C. Benchmark Samples (Mockups): Provide full-coat benchmark finish samples of each type of coating and substrate required on the Project. Comply with procedures specified in PDCA P5. Duplicate finish of approved prepared samples.

1. The Architect will select one exterior wall surface to represent surfaces and conditions for each substrate.

a. Wall Surfaces: Prepare benchmark samples on at least 100 sq. ft. (9.3 sq. m) of wall surface.

I-127

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ELASTOMERIC COATINGS – HAE16201 09963 - 3

2. After benchmark samples are approved, these surfaces will be used to evaluate coating systems.

3. Obtain the Architect's approval of benchmark samples before starting application of coatings.

4. Final approval of colors will be from benchmark samples, not samples submitted for verification.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver materials to the Project site in manufacturer's original, unopened packages and containers bearing the manufacturer's name and label, and the following information:

1. Product name or title of material. 2. Manufacturer's stock number and date of manufacture. 3. Contents by volume, for pigment and vehicle constituents. 4. Thinning instructions (if permitted). 5. Application instructions. 6. Color name and number. 7. Handling instructions and precautions. 8. VOC content.

B. Store materials not in use in tightly covered containers in a well-ventilated area at a minimum ambient temperature of 45 deg F (7 deg C). Maintain containers used in storage of coatings in a clean condition, free of foreign materials and residue.

1. Protect elastomeric coating materials from freezing. Keep storage area neat and orderly. Remove oily rags and waste daily. Take necessary measures to ensure workers and work areas are protected from fire and health hazards resulting from handling, mixing, and applying coatings.

1.7 PROJECT CONDITIONS

A. Temperature Conditions: Apply coatings only when temperature of surfaces to be coated and surrounding air temperatures are between 50 and 90 deg F (10 and 32 deg C), unless otherwise permitted by manufacturer's written instructions.

B. Weather Conditions: Do not apply coatings in snow, rain, fog, or mist; when relative humidity exceeds 85 percent; or at temperatures less than 5 deg F ( (3 deg C)) above the dew point; or to damp or wet surfaces.

1. Allow wet surfaces to dry thoroughly and attain temperature and conditions specified before starting or continuing coating operation.

1.8 WARRANTY

A. General Warranty: The special warranty specified in this Article shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and shall be

I-128

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ELASTOMERIC COATINGS – HAE16201 09963 - 4

in addition to, and run concurrent with, other warranties made by the Contractor under requirements of the Contract Documents.

B. Elastomeric Coating Warranty: Submit a written warranty, executed by the manufacturer, agreeing to repair or replace elastomeric coatings that fail within the specified warranty period. Failures include, but are not limited to, water penetration through the coating.

C. Warranty Period for Elastomeric Coatings: 5 years from the date of Substantial Completion.

1.9 EXTRA MATERIALS

A. Furnish extra elastomeric coating materials from the same production run as the materials applied in quantities described below. Package materials in unopened, factory-sealed containers for storage and identify with labels describing contents. Deliver extra materials to the Owner.

1. Quantity: Furnish the Owner with one extra case of each color of elastomeric coating materials applied.

2. Quantity: Furnish the Owner with an additional 5 percent, but not less than 1 gal. (3.8 L) or 1 case, as appropriate, of each color applied.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Available Products: Subject to compliance with requirements, products that may be incorporated into this Project include, but are not limited to, those indicated in the Coating Schedule.

B. Products: Subject to compliance with requirements, provide one of the products indicated in the Coating Schedule.

C. Manufacturers Names: The following manufacturers are referred to in the Coating Schedule by use of shortened versions of their names, which are shown in parentheses:

1. Devoe & Raynolds Co. (Devoe). 2. Fuller-O'Brien Paints (Ful-Tek). 3. Moore: Benjamin Moore & Co. (Moore). 4. PPG Industries, Inc.; Pittsburgh Paints (Pittsburgh). 5. Sonneborn Building Products (Sonneborn). 6. Sto Concrete Restoration (Sto). 7. Tamms Industries Company (Tamms). 8. Thoro Systems (Thoro).

2.2 ELASTOMERIC COATING MATERIALS, GENERAL

A. Material Compatibility: Provide crack fillers, block fillers, primers, elastomeric finish coat materials, and related materials that are compatible with one another and the substrates

I-129

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ELASTOMERIC COATINGS – HAE16201 09963 - 5

indicated under conditions of service and application, as demonstrated by manufacturer based on testing and field experience.

B. Material Quality: Provide the manufacturer's best-quality elastomeric coating material complying with requirements of FS TT-C-555. Material containers not displaying manufacturer's product identification are not acceptable.

1. Proprietary Names: Use of manufacturer's proprietary product names to designate colors or materials is not intended to imply that products named are required to be used to the exclusion of equivalent products of other manufacturers. Furnish manufacturer's material data and certificates of performance of proposed substitutions.

C. Colors and Textures: Provide custom colors and textures of the finished elastomeric coating system to match the Architect's samples.

D. Colors and Textures: Match colors and textures indicated by reference to manufacturer's standard color designations for elastomeric coating systems.

1. See the Coating Schedule at the end of Part 3 for color selections. Where colors are not indicated, the Architect will select from manufacturer's full range of colors and textures.

E. Colors and Textures: Provide color and texture selections made by the Architect from manufacturer's full range of colors for elastomeric coating systems.

2.3 CRACK FILLERS

A. Crack Fillers: Provide the manufacturer's standard factory-formulated acrylic emulsion crack fillers that are compatible with substrate and finish coat materials indicated.

B. Available Products: Subject to compliance with requirements, crack fillers that may be incorporated into the Work include, but are not limited to, the following:

C. Products: Subject to compliance with requirements, provide one of the following:

1. Crack Filler: For cracks up to 1/16 inch (1.5 mm), provide the following:

a. Ful-Tek: 9200 Elastomeric Sealant. b. Pittsburgh: Buttering Grade Vinyl Sealant 236-2414. c. Sonneborn: Hydrocide 750 Brush Grade or Knife Grade Patching Compound. d. Sto: Sto Flexible Crack Filler. e. Thoro: Thorolastic Knife Grade.

2. Crack Filler: For cracks more than 1/16 inch (1.5 mm), provide the following:

a. Ful-Tek: 9200 Elastomeric Sealant. b. Pittsburgh: Regular Grade Vinyl Sealant 236-2397. c. Sonneborn: Hydrocide 750 Knife Grade Patching Compound. d. Sto: Sto Flexible Crack Filler. e. Tamms: Tamms Thin Patch. f. Thoro: Thorolastic Knife Grade.

I-130

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ELASTOMERIC COATINGS – HAE16201 09963 - 6

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine substrates and conditions, with the Applicator present, under which elastomeric coating systems will be applied for compliance with application requirements. Surfaces to receive elastomeric coatings must be thoroughly dry before coatings are applied.

1. Notify the Architect in writing of anticipated problems using coatings specified with substrates primed by others.

2. Begin application only after unsatisfactory conditions have been corrected and surfaces to receive coating are thoroughly dry.

3. Start of coating within a particular area will be construed as the Applicator's acceptance of surface conditions.

3.2 PREPARATION

A. General: Remove hardware and hardware accessories, plates, machined surfaces, light fixtures, and similar items already installed that are not to be coated. If removal is impractical or impossible because of size or weight of item, provide surface-applied protection before surface preparation and coating.

1. After completing coating operations in each area, reinstall items removed, using workers skilled in trades involved.

B. Cleaning: Before applying coatings or other surface treatments, clean substrates of substances that could impair bond of coating systems. Remove oil and grease before cleaning.

1. Schedule cleaning and coating application so dust and other contaminates will not fall on wet, newly coated surfaces.

C. Surface Preparation: Clean and prepare surfaces to be coated according to manufacturer's written instructions for the particular substrate conditions and as specified.

1. Cementitious Surfaces: Prepare concrete, concrete masonry, stucco, and similar surfaces to receive elastomeric coatings. Remove efflorescence, chalk, dust, dirt, release agents, grease, oils, and similar conditions by water blasting followed by a clear water rinse.

a. Remove mildew and neutralize surfaces according to manufacturer's written recommendations before patching materials are applied.

b. Roughen as required to remove glaze. Use abrasive blast-cleaning methods if recommended by coating manufacturer.

c. If hardeners or sealers have been used to improve concrete curing, use mechanical methods for surface preparation.

d. Determine alkalinity and moisture content of surfaces to be coated by performing appropriate tests. Do not apply coatings over surfaces where moisture content exceeds that permitted in manufacturer's written instructions.

I-131

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ELASTOMERIC COATINGS – HAE16201 09963 - 7

2. Crack Repair: Fill cracks according to manufacturer's written recommendations before coating surfaces.

3. Deep Hairline Cracks: Remove dust and dirt from around cracks. Remove mildew by sterilizing before filling. Apply manufacturer's recommended primer to cracks before patching. If shrinkage occurs after applying crack filler, apply additional filler material to cracks before initially applying elastomeric coatings.

a. Cracks up to 1/16 Inch (1.5 mm): Clean surface around cracks. Apply primer penetrating cracks as deeply as possible, overflowing crack 2 inches (50 mm) on each side. When primer is dry, apply manufacturer's recommended sealant, forced well into cracks using a brush, putty knife, or trowel. Smooth edges around cracks over primed area. Allow for sealant shrinkage when applying.

b. Cracks up to 3/8 Inch (9.5 mm): Open cracks to 1/4 to 3/8 inch (6 to 9.5 mm) wide and 1/8 inch (3 mm) deep. Clean cracks and surrounding area removing dust, dirt, and other impurities. Apply primer recommended by manufacturer with a brush to obtain uniform coverage and spread approximately 2 inches (50 mm) on each side of cracks. Fill cracks with manufacturer's recommended crack filler applied with a putty knife or trowel, and allow for shrinkage. If excessive shrinkage occurs, reapply crack filler.

D. Material Preparation: Mix and prepare materials according to coating manufacturer's written instructions.

1. Stir materials before application to produce a mixture of uniform density. Stir as required during application. Do not stir surface film that may form into material. Remove film and, if necessary, strain coating material before using.

2. If manufacturer permits thinning, use only thinners recommended by manufacturer, and only within limits recommended by manufacturer.

3.3 APPLICATION

A. General: Apply elastomeric coatings to exposed surfaces indicated, according to manufacturer's written instructions.

B. Labels: Do not paint over UL, FM, or other code-required labels or equipment name, identification, performance rating, or nomenclature plates.

C. Scheduling Coating: Apply first coat to surfaces that have been cleaned, pretreated, or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration.

1. The number of coats and film thickness required are the same regardless of application method. Do not apply succeeding coats until previous coat has cured as recommended by manufacturer.

2. If undercoats or other conditions show through final coat, apply additional coats until coating film is of uniform finish, color, and appearance. Ensure that surfaces, including edges, corners, crevices, welds, and exposed fasteners, receive a dry film thickness equivalent to that of flat surfaces.

3. Allow sufficient time between successive coats to permit proper drying. Do not recoat surfaces until coating has dried to where it feels firm, does not deform or feel sticky

I-132

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ELASTOMERIC COATINGS – HAE16201 09963 - 8

under moderate thumb pressure, and where application of another coat does not cause undercoat to lift or lose adhesion.

D. Application Procedures: Apply elastomeric coatings by brush, roller, or spray according to manufacturer's written instructions.

1. Brushes: Use brushes best suited for material being applied. 2. Rollers: Use professional-quality quick-release rollers of carpet, velvet back, or high-pile

sheep's wool covers with a 1- to 1-1/4-inch (25.4- to 31.8-mm) nap as recommended by the manufacturer for material and texture required.

3. Spray Equipment: Use airless spray equipment with orifice size as recommended by the manufacturer for material and texture required.

4. Minimum Coating Thickness: Apply each material no thinner than manufacturer's recommended spreading rate. Provide total dry film thickness as recommended by the manufacturer.

5. Wherever spray application is used, apply each coat to provide equivalent hiding of brush-applied coats. Do not double back with spray equipment, building up film thickness of 2 coats in 1 pass.

E. Block Fillers: Apply block fillers to concrete masonry block at a rate to ensure complete coverage with pores filled.

F. Prime Coats: If recommended by the manufacturer, apply a primer to material being coated before applying finish coats.

G. Brush Application: Brush out and work brush coats into surfaces in an even film. Eliminate cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections. Neatly draw glass lines and color breaks.

H. Roller Application: Keep the cover wet at all times; do not dry roll. Work in sections. Lay on required amount of material, working material into grooves and rough areas; then level material, working it into surface.

I. Spray Application: Use spray equipment for application only when permitted by manufacturer's written recommendations and authorities having jurisdiction.

J. Completed Work: Match approved samples for color, texture, and coverage. Remove, refinish, or recoat work not complying with specified requirements.

3.4 CLEANING

A. Cleanup: At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from the Project site.

1. After completing coating work, clean glass and spattered surfaces. Remove spattered coatings by washing, scraping, or other methods, being careful not to scratch or damage adjacent finished surfaces.

3.5 PROTECTION

I-133

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ELASTOMERIC COATINGS – HAE16201 09963 - 9

A. Protect work of other trades from damage whether being coated or not. Correct damage by cleaning, repairing, replacing, and recoating as approved by the Architect. Leave in an undamaged condition.

B. Provide "Wet Paint" signs to protect newly coated finishes. Remove temporary protective wrappings provided by others to protect their work after completing coating operations.

1. After construction activities of other trades are complete, touch up and restore damaged or defaced coated surfaces.

C. Concrete Masonry: Provide the following elastomeric coating systems over exterior concrete masonry surfaces:

1. Smooth Elastomeric Finish: One or 2 finish coats, as recommended by manufacturer, over block filler.

a. Block Filler: Manufacturer's recommended, factory-formulated, masonry block filler applied at spreading rate recommended by manufacturer to achieve a total dry film thickness of not less than 4 mils (0.10 mm).

1) Devoe: Block filler not required. 2) Ful-Tek: Ful-Tek Tekmafilm FBR Fibrated Waterproof Elastomeric Sealant

#9610. 3) Moore: Moorecraft Interior & Exterior Block Filler #173. 4) Pittsburgh: 16-90 High-Performance Acrylic Block Filler. 5) Sonneborn: Colorflex Block Filler #749. 6) Sto: Sto Leveler #244. 7) Tamms: H/P Primer. 8) Thoro: Super Quickseal Intermix with Thorosheen Tint Base.

b. Primer: Factory-formulated primer, if recommended by manufacturer, applied at spreading rate recommended by manufacturer to achieve a total dry film thickness of not less than 4 mils (0.10 mm).

1) Pittsburgh: Speedhide Alkali Resistant Primer 6-3.

c. First Coat: Smooth, factory-formulated, 100 percent acrylic elastomeric coating applied at spreading rate recommended by manufacturer to achieve a total dry film thickness of not less than 7 mils (0.18 mm).

1) Devoe: H58XX Textured Hydrolastic Elastomeric Waterproofing Coating. 2) Ful-Tek: Ful-Tek Tekmafilm Smooth Elastomeric Waterproof Coating

#9600. 3) Moore: Moorlastic Elastomeric Waterproof Coating #055. 4) Pittsburgh: Pitt-Flex Exterior Masonry Coating 100 Percent Acrylic

Elastomeric 4-110. 5) Sonneborn: Hydrocide Colorflex Waterproof Elastomeric Coating. 6) Sto: Sto Stolastic Elastomeric Coating #212. 7) Tamms: Tammolastic Smooth Elastomeric Decorative and Protective

Coating. 8) Thoro: Thorolastic Smooth Elastomeric Coating.

I-134

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ELASTOMERIC COATINGS – HAE16201 09963 - 10

d. Second Coat: Smooth, factory-formulated, 100 percent acrylic elastomeric coating applied at spreading rate recommended by manufacturer to achieve a total dry film thickness of not less than 7 mils (0.18 mm).

1) Devoe: H57XX Smooth Hydrolastic Elastomeric Waterproofing Coating. 2) Ful-Tek: Ful-Tek Decoflex Dirt Resistant Elastomeric Waterproof Coating

#9630. 3) Moore: Moorlastic Elastomeric Waterproof Coating #055. 4) Pittsburgh: Pitt-Flex Exterior Masonry Coating 100 Percent Acrylic

Elastomeric 4-110. 5) Sonneborn: Hydrocide Colorflex Waterproof Elastomeric Coating. 6) Sto: Stolastic Elastomeric Coating #212. 7) Tamms: Tammolastic Smooth Elastomeric Decorative and Protective

Coating. 8) Thoro: Thorolastic Smooth Elastomeric Coating.

END OF SECTION 09963

I-135

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

VISUAL DISPLAY UNITS 101100 - 1

SECTION 101100 - VISUAL DISPLAY UNITS

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. Visual display board assemblies.

1.2 ACTION SUBMITTALS

A. Product Data: For each type of product.

B. Samples: For each type of visual display unit indicated.

C. Product Schedule: For visual display units.

1.3 INFORMATIONAL SUBMITTALS

A. Product test reports.

B. Sample warranties.

1.4 CLOSEOUT SUBMITTALS

A. Maintenance data.

PART 2 - PRODUCTS

2.1 VISUAL DISPLAY BOARD

A. Visual Display Board Assembly: Factory fabricated.

1. Assembly: Tackboard. 2. Corners: Square. 3. Width: 18-inches. 4. Height: 24-inches.

B. Tackboard Panel: Natural-cork tackboard panel on core indicated.

1. Fabric Wrapped Edge: Wrap edge of tackboard panel with fabric facing. 2. Color and Pattern: As selected by Design Engineer from full range of industry colors.

I-136

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

VISUAL DISPLAY UNITS 101100 - 2

C. Aluminum Frames and Trim: Fabricated from not less than 0.062-inch-thick, extruded aluminum; 5/8 inch.

2.2 ALUMINUM FINISHES

A. Clear Anodic Finish: AAMA 611, AA-M12C22A31, Class II, 0.010 mm or thicker.

PART 3 - EXECUTION

3.1 INSTALLATION

A. General: Install visual display surfaces in locations and at mounting heights indicated on Drawings, or if not indicated, at heights indicated below. Keep perimeter lines straight, level, and plumb. Provide grounds, clips, backing materials, adhesives, brackets, anchors, trim, and accessories necessary for complete installation.

B. Factory-Fabricated Visual Display Board Assemblies: Attach concealed clips, hangers, and grounds to wall surfaces and to visual display board assemblies with fasteners at not more than 16 inches o.c. Secure tops and bottoms of boards to walls.

END OF SECTION 101100

I-137

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

FIRE EXTINGUISHERS 104416 - 1

SECTION 104416 - FIRE EXTINGUISHERS

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes portable, hand-carried fire extinguishers and mounting brackets for fire extinguishers.

1.2 ACTION SUBMITTALS

A. Product Data: For each type of product.

1.3 CLOSEOUT SUBMITTALS

A. Operation and maintenance data.

PART 2 - PRODUCTS

2.1 PERFORMANCE REQUIREMENTS

A. NFPA Compliance: Fabricate and label fire extinguishers to comply with NFPA 10, "Portable Fire Extinguishers."

B. Fire Extinguishers: Listed and labeled for type, rating, and classification by an independent testing agency acceptable to authorities having jurisdiction.

2.2 PORTABLE, HAND-CARRIED FIRE EXTINGUISHERS

A. Fire Extinguishers: Type, size, and capacity for each mounting bracket indicated.

B. Multipurpose Dry-Chemical Type: UL-rated 10-pounds nominal capacity, with monoammonium phosphate-based dry chemical in manufacturer's standard enameled container.

2.3 MOUNTING BRACKETS

A. Mounting Brackets: Manufacturer's standard stainless steel, designed to secure fire extinguisher to wall or structure, of sizes required for types and capacities of fire extinguishers indicated.

1. Orientation: Vertical.

I-138

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

FIRE EXTINGUISHERS 104416 - 2

PART 3 - EXECUTION

3.1 INSTALLATION

A. Examine fire extinguishers for proper charging and tagging.

1. Remove and replace damaged, defective, or undercharged fire extinguishers.

B. Install fire extinguishers and mounting brackets in locations indicated and in compliance with requirements of authorities having jurisdiction.

C. Mounting Brackets: Fasten mounting brackets to surfaces, square and plumb, at locations indicated.

END OF SECTION 104416

I-139

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ROLLER WINDOW SHADES 122413 - 1

SECTION 122413 - ROLLER WINDOW SHADES

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes manually operated roller shades.

1.2 ACTION SUBMITTALS

A. Product Data: For each type of product.

1. Include styles, material descriptions, construction details, dimensions of individual components and profiles, features, finishes, and operating instructions for roller shades.

B. Samples: For each exposed product and for each color and texture specified.

1.3 INFORMATIONAL SUBMITTALS

A. Product certificates.

B. Product test reports.

1.4 CLOSEOUT SUBMITTALS

A. Maintenance data.

1.5 QUALITY ASSURANCE

A. Installer Qualifications: Fabricator of products.

PART 2 - PRODUCTS

2.1 MANUALLY OPERATED SHADES WITH SINGLE ROLLERS

A. Chain-and-Clutch Operating Mechanisms: With continuous-loop bead chain and clutch that stops shade movement when bead chain is released; permanently adjusted and lubricated.

1. Bead Chains: Stainless steel.

a. Loop Length: Full length of roller shade. b. Limit Stops: Provide upper and lower ball stops. c. Chain-Retainer Type: Chain tensioner, jamb mounted.

I-140

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ROLLER WINDOW SHADES 122413 - 2

B. Spring Operating Mechanisms: Roller contains spring sized to accommodate shade size indicated. Provide with positive locking mechanism that can stop shade movement at each half-turn of roller and with manufacturer's standard pull.

1. Pole: Manufacturer's standard type in length required to make operation convenient from floor level and with hook for engaging pull.

C. Rollers: Corrosion-resistant steel or extruded-aluminum tubes of diameters and wall thicknesses required to accommodate operating mechanisms and weights and widths of shadebands indicated without deflection. Provide with permanently lubricated drive-end assemblies and idle-end assemblies designed to facilitate removal of shadebands for service.

1. Roller Mounting Configuration: Single roller. 2. Direction of Shadeband Roll: Regular, from back of roller. 3. Shadeband-to-Roller Attachment: Manufacturer's standard method.

D. Mounting Hardware: Brackets or endcaps, corrosion resistant and compatible with roller assembly, operating mechanism, installation accessories, and mounting location and conditions indicated.

E. Roller-Coupling Assemblies: Coordinated with operating mechanism and designed to join up to three inline rollers into a multiband shade that is operated by one roller drive-end assembly.

F. Shadebands:

1. Shadeband Material: Light-filtering fabric. 2. Shadeband Bottom (Hem) Bar: Extruded aluminum.

a. Color and Finish: As selected by Design Engineer from manufacturer's full range. b. Shadeband shall run full-length and width of window between vertical mullions.

G. Installation Accessories:

1. Front Fascia: Aluminum extrusion that conceals front and underside of roller and operating mechanism and attaches to roller endcaps without exposed fasteners.

a. Shape: L-shaped. b. Height: Manufacturer's standard height required to conceal roller and shadeband

assembly when shade is fully open, but not less than 3 inches.

2.2 SHADEBAND MATERIALS

A. Shadeband Material Flame-Resistance Rating: Comply with NFPA 701. Testing by a qualified testing agency. Identify products with appropriate markings of applicable testing agency.

B. Light-Filtering Fabric: Woven fabric, stain and fade resistant with antimicrobial resistance.

1. Source: Roller-shade manufacturer. 2. Type: Fiberglass and vinyl. 3. Weave: Basketweave. 4. Bacteria and Fungal Resistance: ASTM E 2180 and ASTM G 21.

I-141

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

ROLLER WINDOW SHADES 122413 - 3

5. Roll Width: As required to fit between vertical mullions. 6. Openness Factor: 10 percent. 7. Color: As selected by Design Engineer from manufacturer's full range.

PART 3 - EXECUTION

3.1 ROLLER-SHADE INSTALLATION

A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances, operational clearances, and other conditions affecting performance of the Work.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

C. Install roller shades level, plumb, and aligned with adjacent units, according to manufacturer's written instructions.

D. Roller Shade Locations: At exterior windows with the exception of spandrel glazed windows and window above storefront entrance door.

E. Adjust and balance roller shades to operate smoothly, easily, safely, and free from binding or malfunction throughout entire operational range.

F. Clean roller-shade surfaces after installation, according to manufacturer's written instructions.

G. Span roller shades continuous between each vertical mullion.

END OF SECTION 122413

I-142

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

NONSYSTEM SMOKE DETECTORS 138520 - 1

SECTION 138520 - NONSYSTEM SMOKE DETECTORS

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. Nonsystem smoke detectors.

1.2 ACTION SUBMITTALS

A. Product Data: For each type of product, including furnished options and accessories.

PART 2 - PRODUCTS

2.1 NONSYSTEM SMOKE DETECTORS

A. General Requirements for Nonsystem Smoke Detectors:

1. Nonsystem smoke detectors shall meet the monitoring for integrity requirements in NFPA 72.

B. Single-Station Smoke Detectors:

1. Comply with UL 217; suitable for NFPA 101, residential occupancies; operating with 9-V dc battery as the primary power source. Provide with "low" battery chirping-sound device.

2. Audible Notification Appliance: Piezoelectric sounder rated at 90 dBA at 10 feet according to UL 464.

3. Visible Notification Appliance: 177-cd strobe. 4. Sensor: Dual; ionization and photoelectric. 5. Test Switch: Push to test; simulates smoke at rated obscuration. 6. Plug-in Arrangement: Detector and associated electronic components shall be mounted in

a plug-in module that connects to a fixed base. Provide terminals in the fixed base for connection to building wiring.

7. Self-Restoring: Detectors shall not require resetting or readjustment after actuation to restore them to normal operation.

8. Integral Visual-Indicating Light: LED type, indicating detector has operated.

I-143

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

NONSYSTEM SMOKE DETECTORS 138520 - 2

PART 3 - EXECUTION

3.1 EQUIPMENT INSTALLATION

A. Comply with NFPA 72, NFPA 101, and requirements of authorities having jurisdiction for installation and testing of fire-alarm equipment. Install all electrical wiring to comply with requirements in NFPA 70 including, but not limited to, Article 760, "Fire Alarm Systems."

B. Single-Station Smoke Detectors: Where more than one smoke alarm is installed within a dwelling or suite, they shall be connected so that the operation of any smoke alarm causes the alarm in all smoke alarms to sound.

END OF SECTION 138520

I-144

LA 336-1 BAYOU TECHE BRIDGE REHAB. AT BREAUX BRIDGE (HBI) TECHNICAL SPECIFICATIONS STATE PROJECT NO. H.011485 BRIDGE DESIGN

I-145

J-1

STATE OF LOUISIANA DEPARTMENT OF TRANSPORTATION AND

DEVELOPMENT

CONSTRUCTION PROPOSAL

INFORMATION FOR

FEDERAL AID PROJECT

STATE PROJECT NO. H.011485

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI) ROUTE LA 336-1

ST. MARTIN PARISH

K-1

BID BOND ______________________________________________________________________, as Principal (Bidder) and ___________________________________________________________________________, as Surety, are bound unto the State of Louisiana, Department of Transportation and Development, (hereinafter called the Department) in the sum of five percent (5%) of the bidder’s total bid amount as calculated by the Department for payment, of which the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, as solidary obligors. Signed and sealed this ___________ day of ____________________________, 20_____. The condition of this obligation is such that, whereas the Principal has submitted a bid to the Department on a contract for the construction of STATE PROJECT NO. H.011485, FEDERAL AID PROJECT NO. H011485, LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI), located in ST. MARTIN PARISH, NHS ROUTE, ROUTE LA 336-1, if the bid is accepted and the Principal, within the specified time, enters into the contract in writing and gives bond with Surety acceptable to the Department for payment and performance of said contract, this obligation shall be void; otherwise to remain in effect.

Principal (Bidder or First Partner to Joint Venture) If a Joint Venture, Second Partner

By By Authorized Officer-Owner-Partner Authorized Officer-Owner-Partner

Typed or Printed Name Typed or Printed Name

Surety By (Seal)

Agent or Attorney-in-Fact

Typed or Printed Name

To receive a copy of the contract and subsequent correspondence / communication from LA DOTD, with respect to the bid bonds, the following information must be provided: Bonding Agency or Company Name Address Agent or Representative Phone Number / Fax Number

11/16

Form CS-2A

A Bid Bond is required when the bidder’s total bid amount as calculated by the Department in accordance with Subsection 103.01 is greater than $50,000. (See Section 102 of the Specifications.)

1/23/2020

Proposal ID: H.011485.6 Project(s): H.011485.6

1 General ItemsSECTION:

Unitof Measure

ApproximateQuantityDescriptionItem IDProposal

LineNumber Unit Price (In Words, Ink or Typed)

0001 202-02-00050 Removal of INTERMEDIATE BENT BEARINGS, BASEPLATES & ANCHOR BOLTS, BOTH APPROACHES (LEADCOATED)

LUMP SUM

Dollars

Cents

0002 202-02-00050 Removal of MACHINERY PLATFORM STRUCTURALACCESS LADDER (LEAD COATED)

LUMP SUM

Dollars

Cents

0003 202-02-00050 Removal of MACHINERY PLATFORM STRUCTURAL STEEL& HANDRAILING (LEAD COATED)

LUMP SUM

Dollars

Cents

0004 202-02-00050 Removal of MARINE NAVIGATION NOTICE SIGNS &MOUNTING HARDWARE

LUMP SUM

Dollars

Cents

0005 202-02-10000 Removal of Existing Steel Grid Deck (LEAD COATED) LUMP SUM

Dollars

Cents

0006 711-01-03000 Riprap (30 lb, 14" Thick) SQYD320.000

Dollars

Cents

0007 713-01-00100 Temporary Signs and Barricades LUMP SUM

Dollars

Cents

Proposal Schedule of Items Page 1 of 6

L-1

1/23/2020

Proposal ID: H.011485.6 Project(s): H.011485.6

1 General ItemsSECTION:

Unitof Measure

ApproximateQuantityDescriptionItem IDProposal

LineNumber Unit Price (In Words, Ink or Typed)

0008 722-01-00100 Project Site Laboratory EACH1.000

Dollars

Cents

0009 727-01-00100 Mobilization LUMP SUM

Dollars

Cents

0010 729-06-00102 Sign (Overhead Mounted)(Furnish and Install) SQFT80.000

Dollars

Cents

0011 731-02-00100 Reflectorized Raised Pavement Markers EACH11.000

Dollars

Cents

0012 732-01-01000 Plastic Pavement Striping (4" Width) (Thermoplastic 90 mil) LNFT868.000

Dollars

Cents

0013 732-05-00100 Removal of Existing Markings MILE0.041

Dollars

Cents

0014 737-03-00100 Painted Traffic Striping (Solid Line) (4" Width) LNFT266.000

Dollars

Cents

Proposal Schedule of Items Page 2 of 6

L-2

1/23/2020

Proposal ID: H.011485.6 Project(s): H.011485.6

1 General ItemsSECTION:

Unitof Measure

ApproximateQuantityDescriptionItem IDProposal

LineNumber Unit Price (In Words, Ink or Typed)

0015 740-01-00100 Construction Layout LUMP SUM

Dollars

Cents

0016 807-03-00100 Structural Metalwork (Access System) LUMP SUM

Dollars

Cents

0017 808-01-00300 Steel Grid Flooring LIFT SPAN – GF01 REGULAR SQFT1,553.000

Dollars

Cents

0018 810-04-00100 Hand Railing MACHINERY TOWER PLATFORM LNFT300.000

Dollars

Cents

0019 810-04-00100 Hand Railing PIER MODIFICATION LNFT112.670

Dollars

Cents

0020 811-01-00100 Cleaning and Painting ALL STRUCTURAL STEEL – MAINSPAN & APPROACHES

LUMP SUM

Dollars

Cents

0021 811-03-00100 Navigation Clearance Gauge (Painted) EACH2.000

Dollars

Cents

Proposal Schedule of Items Page 3 of 6

L-3

1/23/2020

Proposal ID: H.011485.6 Project(s): H.011485.6

1 General ItemsSECTION:

Unitof Measure

ApproximateQuantityDescriptionItem IDProposal

LineNumber Unit Price (In Words, Ink or Typed)

0022 814-02-00100 Elastomeric Bearing Pads (Reinforced) SFIN78.060

Dollars

Cents

0023 815-03-00300 Joint Seal (Poured) LNFT48.000

Dollars

Cents

0024 820-02-00100 Temporary Operation & Maintenance of Movable Span DAY300.000

Dollars

Cents

0025 822-09-00100 Electrical System LUMP SUM

Dollars

Cents

0026 822-11-00100 Removal and Disposal of Electrical Equipment LUMP SUM

Dollars

Cents

0027 830-01-00100 Bridge Superstructure Repair [APPROACH SPAN BEARINGS] EACH72.000

Dollars

Cents

0028 830-01-00100 Bridge Superstructure Repair [BRIDGE RAILING] EACH2.000

Dollars

Cents

Proposal Schedule of Items Page 4 of 6

L-4

1/23/2020

Proposal ID: H.011485.6 Project(s): H.011485.6

1 General ItemsSECTION:

Unitof Measure

ApproximateQuantityDescriptionItem IDProposal

LineNumber Unit Price (In Words, Ink or Typed)

0029 830-01-00100 Bridge Superstructure Repair [COUNTERWEIGHT CLEANING& SEALING]

EACH2.000

Dollars

Cents

0030 830-01-00100 Bridge Superstructure Repair [LIFT GIRDER SHOE PLATES &SOLE PLATES]

EACH4.000

Dollars

Cents

0031 830-01-00100 Bridge Superstructure Repair [TOWER DRIVE MACHINERYDECK PLATE]

EACH1.000

Dollars

Cents

0032 830-01-00100 Bridge Superstructure Repair [TOWER DRIVE MACHINERYDECK SUPPORTS]

EACH1.000

Dollars

Cents

0033 830-02-00100 Bridge Substructure Repair [CLEANING ALL EXISTINGCONCRETE SURFACES]

EACH1.000

Dollars

Cents

0034 830-02-00100 Bridge Substructure Repair [PIER MODIFICATION] EACH2.000

Dollars

Cents

0035 830-07-00100 Structural Concrete Patching SQFT10.000

Dollars

Cents

Proposal Schedule of Items Page 5 of 6

L-5

1/23/2020

Proposal ID: H.011485.6 Project(s): H.011485.6

1 General ItemsSECTION:

Unitof Measure

ApproximateQuantityDescriptionItem IDProposal

LineNumber Unit Price (In Words, Ink or Typed)

0036 830-11-00100 Bolt-Rivet Replacement (Structural Steel) EACH300.000

Dollars

Cents

0037 NS-830-00900 Epoxy-Urethane Overlay SQFT5,142.000

Dollars

Cents

0038 TS-821-02100 Vertical Lift Bridge Machinery LUMP SUM

Dollars

Cents

0039 TS-821-06010 Movable Bridge Traffic Barrier LUMP SUM

Dollars

Cents

0040 TS-821-06200 Coating of Existing Movable Bridge Machinery LUMP SUM

Dollars

Cents

0041 TS-823-01200 Bridge Operator's House Renovation LUMP SUM

Dollars

Cents

Section: 1 _________._____Total:

Total Bid: _________._____

Proposal Schedule of Items Page 6 of 6

L-6

M-1

CONSTRUCTION PROPOSAL SIGNATURE AND EXECUTION FORM THIS FORM, THE SCHEDULE OF ITEMS, AND THE PROPOSAL GUARANTY MUST BE COMPLETED AS INDICATED AND SUBMITTED

TO THE LOUISIANA DEPARTMENT OF TRANSPORTATION AND DEVELOPMENT (DOTD) TO CONSTITUTE A VALID BID

STATE PROJECT NO.

H.011485 FEDERAL AID PROJECT NO.

H011485

NAME OF PROJECT

LA 336-1: BAYOU TECHE BRIDGE REHAB (HBI)

I (WE) HEREBY CERTIFY THAT I (WE) HAVE CAREFULLY EXAMINED THE PROPOSAL, PLANS AND SPECIFICATIONS, INCLUDING

ANY AND ALL ADDENDA, AND THE SITE OF THE ABOVE PROJECT AND AM (ARE) FULLY COGNIZANT OF ALL PROPOSAL DOCUMENTS, THE MASTER COPY OF WHICH IS ON FILE AT DOTD HEADQUARTERS IN BATON ROUGE, LA., AND ALL WORK, MATERIALS AND LABOR REQUIRED THEREIN, AND AGREE TO PERFORM ALL WORK, AND SUPPLY ALL NECESSARY MATERIALS AND LABOR REQUIRED FOR SUCCESSFUL AND TIMELY COMPLETION OF THE ABOVE PROJECT AND TO ACCEPT THE SUMMATION OF THE PRODUCTS OF THE UNIT PRICES BID ON THE SCHEDULE OF ITEMS ATTACHED HERETO AND MADE A PART HEREOF MULTIPLIED BY THE ACTUAL QUANTITY OF UNIT OF MEASURE PERFORMED FOR EACH ITEM, AS AUDITED BY DOTD, AS FULL AND FINAL PAYMENT FOR ALL WORK, LABOR AND MATERIALS NECESSARY TO COMPLETE THE ABOVE PROJECT, SUBJECT TO INCREASE ONLY FOR PLAN CHANGES (CHANGE ORDERS) APPROVED BY THE DOTD CHIEF ENGINEER OR HIS DESIGNEE. THIS BID IS SUBMITTED IN ACCORDANCE WITH THE GENERAL BIDDING REQUIREMENTS IN THE CONSTRUCTION PROPOSAL AND ALL SPECIAL PROVISIONS, PLANS, SUPPLEMENTAL SPECIFICATIONS, AND THE LOUISIANA STANDARD SPECIFICATIONS FOR ROADS AND BRIDGES (2016 EDITION). I (WE) UNDERSTAND THAT THE SUMMATION OF THE PRODUCTS OF THE UNIT PRICES BID ON THE SCHEDULE OF ITEMS MULTIPLIED BY THE ESTIMATED QUANTITY OF UNIT OF MEASURE FOR EACH ITEM, ALONG WITH ANY OTHER FACTORS SPECIFIED TO BE APPLICABLE SUCH AS CONSTRUCTION TIME AND/OR LANE RENTAL, SHALL BE THE BASIS FOR THE COMPARISON OF BIDS. I (WE) UNDERSTAND THAT THE SCHEDULE OF ITEMS MUST CONTAIN UNIT PRICES WRITTEN OUT IN WORDS AND THAT THE SCHEDULE OF ITEMS SUBMITTED AS PART OF THIS BID IS ON THE FORM SUPPLIED BY DOTD IN THE BID PROPOSAL. MY (OUR) PROPOSAL GUARANTY IN THE AMOUNT SPECIFIED FOR THE PROJECT IS ATTACHED HERETO AS EVIDENCE OF MY (OUR) GOOD FAITH TO BE FORFEITED IF THIS BID IS ACCEPTED BY DOTD AND I (WE) FAIL TO COMPLY WITH ANY REQUIREMENT NECESSARY FOR AWARD AND EXECUTION OF THE CONTRACT, AS WELL AS, SIGN AND DELIVER THE CONTRACT AND PAYMENT/PERFORMANCE/RETAINAGE BOND AS REQUIRED IN THE SPECIFICATIONS.

NONCOLLUSION DECLARATION (APPLICABLE TO FEDERAL-AID PROJECTS) I (WE) DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE UNITED STATES AND THE STATE OF LOUISIANA THAT I (WE) HAVE

NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY AGREEMENT, PARTICIPATED IN ANY COLLUSION, OR OTHERWISE TAKEN ANY ACTION IN RESTRAINT OF FREE COMPETITIVE BIDDING IN CONNECTION WITH THE CONTRACT FOR THIS PROJECT NOR VIOLATED LA. R.S. 48:254.

BIDDER'S DBE GOAL STATEMENT (APPLICABLE TO DBE GOAL PROJECTS) IF THIS PROJECT IS DESIGNATED BY SPECIAL PROVISION AS A DISADVANTAGED BUSINESS ENTERPRISE (DBE) GOAL PROJECT IN

ACCORDANCE WITH THE DBE PROVISIONS OF THIS CONTRACT, THE BIDDER ASSURES DOTD THAT HE/SHE WILL MEET OR EXCEED THE DBE CONTRACT GOAL, OR IF THE BIDDER CANNOT MEET THE REQUIRED DBE GOAL, THE BIDDER ASSURES DOTD THAT HE/SHE HAS MADE AND CAN DOCUMENT GOOD FAITH EFFORTS MADE TOWARDS MEETING THE GOAL REQUIREMENT IN ACCORDANCE WITH THE CONTRACT AND DBE PROGRAM MANUAL INCORPORATED HEREIN BY REFERENCE.

THE APPARENT LOW BIDDER SHALL COMPLETE AND SUBMIT TO THE DOTD COMPLIANCE PROGRAMS OFFICE, FORM CS-6AAA AND

ATTACHMENT(S) AND, IF NECESSARY, DOCUMENTATION OF GOOD FAITH EFFORTS MADE BY THE BIDDER TOWARD MEETING THE GOAL, WITHIN FIVE CALENDAR DAYS AFTER THE OPENING OF BIDS FOR THIS PROJECT. RESPONSIVENESS OF INFORMATION SUPPLIED IN THIS SECTION OF THIS CONSTRUCTION PROPOSAL SIGNATURE AND EXECUTION FORM IS GOVERNED BY THE DBE REQUIREMENTS INCLUDED WITHIN THE SPECIFICATIONS AND DBE PROGRAM MANUAL.

CERTIFICATION OF EMPLOYMENT OF LOUISIANA RESIDENTS TRANSPORTATION INFRASTRUCTURE MODEL FOR ECONOMIC DEVELOPMENT (TIME) PROJECTS (APPLICABLE TO TIME PROJECTS)

IF THIS PROJECT IS DESIGNATED BY SPECIAL PROVISION AS A TRANSPORTATION INFRASTRUCTURE MODEL FOR ECONOMIC DEVELOPMENT

(TIME) PROJECT AS DEFINED IN ACT NO. 16 OF THE 1989 FIRST EXTRAORDINARY SESSION OF THE LEGISLATURE WHICH ENACTED PART V OF CHAPTER 7 OF SUBTITLE II OF TITLE 47 OF THE LOUISIANA REVISED STATUTES OF 1950, COMPRISED OF R.S. 47:820.1 THROUGH 820.6.

THE BIDDER CERTIFIES THAT AT LEAST 80 PERCENT OF THE EMPLOYEES EMPLOYED ON THIS TIME PROJECT WILL BE LOUISIANA RESIDENTS

IN ACCORDANCE WITH LOUISIANA R.S. 47:820.3.

NON PARTICIPATION IN PAYMENT ADJUSTMENT (ASPHALT CEMENT AND FUELS) STATEMENT IF THIS PROJECT IS DESIGNATED BY SPECIAL PROVISION AS BEING SUBJECT TO PAYMENT ADJUSTMENT FOR ASPHALT CEMENT AND/OR

FUELS, THE BIDDER HAS THE OPTION OF REQUESTING EXCLUSION FROM SAID PAYMENT ADJUSTMENT PROVISIONS THAT ARE ESTABLISHED BY SPECIAL PROVISION ELSEWHERE HEREIN.

IF THE BIDDER DESIRES TO BE EXCLUDED FROM THESE PAYMENT ADJUSTMENT PROVISIONS, THE BIDDER IS REQUIRED TO MARK HERE FAILURE TO MARK THIS BOX PRIOR TO BID OPENING WILL CONSTITUTE FORFEITURE OF THE BIDDER'S OPTION TO REQUEST EXCLUSION.

CS-14A 09/17

M-2

STATE PROJECT NO. H.011485

BIDDER SIGNATURE REQUIREMENTS (APPLICABLE TO ALL PROJECTS)

THIS BID FOR THE CAPTIONED PROJECT IS SUBMITTED BY:

_______________________________________________________ Name of Principal (Individual, Firm, Corporation, or Joint Venture) ___________________________________________________________ If Joint Venture, Name of First Partner ___________________________________________________________ (Louisiana Contractor's License Number of Bidder or First Partner to Joint Venture) ___________________________________________________________ (Business Street Address) ___________________________________________________________(Business Mailing Address, if different) ___________________________________________________________ (Area Code and Telephone Number of Business) ___________________________________________________________ (Telephone Number and Name of Contact Person) ___________________________________________________________ (Telecopier Number, if any)

________________________________________________________ If Joint Venture, Name of Second Partner ________________________________________________________ (Louisiana Contractor's License Number of Second Partner to Joint Venture) ________________________________________________________ (Business Street Address) ________________________________________________________ (Business Mailing Address, if different) _______________________________________________________ (Area Code and Telephone Number of Business) ________________________________________________________ (Telephone Number and Name of Contact Person) ________________________________________________________ (Telecopier Number, if any)

ACTING ON BEHALF OF THE BIDDER, THIS IS TO ATTEST THAT THE UNDERSIGNED DULY AUTHORIZED REPRESENTATIVE OF

THE ABOVE CAPTIONED FIRM, CORPORATION OR BUSINESS, BY SUBMISSION OF THIS BID, AGREES AND CERTIFIES THE TRUTH AND ACCURACY OF ALL PROVISIONS OF THIS PROPOSAL, INCLUSIVE OF THE REQUIREMENTS, STATEMENTS, DECLARATIONS AND CERTIFICATIONS ABOVE AND IN THE SCHEDULE OF ITEMS AND PROPOSAL GUARANTY. EXECUTION AND SIGNATURE OF THIS FORM AND SUBMISSION OF THE SCHEDULE OF ITEMS AND PROPOSAL GUARANTY SHALL CONSTITUTE AN IRREVOCABLE AND LEGALLY BINDING OFFER BY THE BIDDER.

__________________________________________________________ (Signature) __________________________________________________________ (Printed Name) __________________________________________________________ (Title) __________________________________________________________ (Date of Signature)

________________________________________________________ (Signature) ________________________________________________________ (Printed Name) ________________________________________________________ (Title) ________________________________________________________ (Date of Signature)

CONTRACTOR'S TOTAL BASE BID $ _____________________________________________ IT IS AGREED THAT THIS TOTAL, DETERMINED BY THE BIDDER, IS FOR PURPOSES OF OPENING AND READING BIDS ONLY, AND THAT THE LOW BID FOR THIS PROJECT WILL BE DETERMINED FROM THE EXTENSION AND TOTAL OF THE BID ITEMS BY DOTD.

CS-14AA 09/17